HomeMy WebLinkAboutBLAIR CONSRUCTION HORSEPEN PHASE 2-A SEWER COLLECTIONS SYSTEM $1,297,718,53
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
'\. '
di;t, t2 tJd c; I
Conrof?fY!ED S~T
. SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
HORSE PEN PHASE 2-A SEWER COLLECTION SYSTEM
Project No. 50202
APRIL 2008
-
prepared for
AUGUSTA-RICHMOND COUNTY COMMISSION
Augusta, Georgia
. 't "
. ~ t .
prepared by
JOHNSON, LASCHOBER & ASSOCIATES, P.c.
ENGINEERS + DESIGNERS + CONSULTANTS + LANDSCAPE ARCHITECTS
1296 Broad Street, Augusta, GA 30901
JLA JOB NO. 42.0302
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
\\
SPECIFICATIONS
AND r
CONTRACT DOCUMENTS
FOR
HORSEPEN PHASE 2-A SEWER COLLECTION SYSTEM
Project No. 50202
prepared for
AUGUSTA-RICHMOND COUNTY COMMISSION
Augusta, Georgia
.,: J (:
prepared by
JOHNSON, LASCHOBER & ASSOCIATES, P.c.
ENGINEERS" DESIGNERS" CONSULTANTS" LANDSCAPE ARCHITECTS
1296 Broad Street, Augusta, GA 30901
\
APRIL 2008
JLA JOB NO. 42.0302
f
t
i'~ ,
:t;
I
I
I
I
I
I
I
I'
I
I
I
I
I
I
I
I
I
I
I
Invitation To Bid
Sealed bids will be received at this office until 3:00 p.m., Tuesday, April 14, 2009 for furnishing
Bid Item #09-090 Horsepen Phase 2-A Sewer System for Utilities Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams
Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30901
706-821-2422
Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene
Street - Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all
prime, subcontractors and suppliers exclusively from Augusta ~Iue Print. The fees for the plans and
specifications which are non-refundable is $150.00
Documents may also be examined during regular business hours at the Augusta Builders Exchange, 1262
Merry Street, Augusta, GA 30904; F. W. Dodge Plan Room, 1281 Broad Street, Augusta, GA 30901. It is the
wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this
policy the Owner is providing the opportunity to view plans online (www.auqustablue.com) at no charge
through Augusta Blue Print (706 722-6488) beginning Thursday, February 26, 2009. Bidders are cautioned
that submitting a package without Procurement of a complete set are likely to overlook issues of construction
phasing, delivery of goods or services, or coordination with other work that is material to the successful
completion of the project. Bidders are cautioned that sequestration of documents through any other source is
nofadvisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving
incomplete or inaccurate information upon which to base his qualifications.
A Mandatory Pre-Bid Conference will be held on Tuesday, March 24, 2009 @ 10:00 a.m. in the
Procurement Department - Room 605. All questions must be submitted in writing to the office of the
Procurement Department by fax at 706-821-2811 or by mail. No bid will be accepted by fax, all must be
received by mail or hand delivered. All questions are to be submitted in writing by Thursday, March
26 by 3:00 p.m.
No Bid may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10%
Bid bond is required to be submitted in a separate envelope so marked along with the bidders'
qualifications; a 100% performance bond and a 100% payment bond will be required for award.
Bidders will please note that the number of copies requested; all supporting documents including financial
statements and references and such other attachme'nts that may be required by the bid are material
conditions of the package. Any package found incomplete or submitted late shall be rejected by the
Procurement Office. Any bidder allegedly contending that he/she has been improperly disqualified from
bidding due to an incomplete bid submission shall have the right to appeal to the appropriate committee of the
Augusta Commission, Please mark Bid number on the outside of the envelope.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle
Metro Courier
cc: Tameka Allen
Drew Goins
Jerry Delaughter
Stanley Aye
February 26, March 5, 12, 19, 2009
March 4, 2009
Interim Deputy Administrator
Utilities Department
Utilities Department
Utilities Department
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
..,
I
SEALED BIDS SELECTION METHOD
A method for submitting a bid to perform work on a proposed contract. In general, each party interested
submits a bid in a sealed envelope, and all such bids are opened at the same time and the most favorable
responsible bid is accepted. All bid responses will be retained as property of Augusta-Richmond County.
Conditions for use. All contracts of Augusta-Richmond County shall be awarded by competitive sealed
bidding except as otherwise provided elsewhere in this article (see ~ 1-10-45 - Sealed Proposals; 1-10-46 -
Professional Services; 1-10-47 - Quotations; 1-10-49 - Sole Source Procurement; and 1-10-50 - Emergency
Procurements, of this chapter).
Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office
and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all
contractual terms and conditions, applicable to the procurement.
Pre-bid conference and addendum. A conference to be conducted by the Procurement Director and using
agency head, if appropriate, hearing will be scheduled at least five (5) working days before receipt of bids.
While the pre-bid conference is not a requirement, it is strongly recommended and widely used to further
acquaint interested bidders with the bid requirements and items to be purchased and vendor input. Any
substantive changes to specifications resulting from the pre-bid conference or other vendor/contractor
sessions shall be documented in an addendum and communicated to all bidders registered for the
procurement action.
Bid opening. Sealed Bids shall be opened publicly in the presence of one or more witnesses at the time and
place designated in the public notice and invitation for bids, The amount of each bid, and such other relevant
information as the Procurement Director deems appropriate, together with the name of each bidder shall be
recorded; the record and each bid shall be open to public inspection in accordance with ~ 1-10-5 (Public
Access to Procurement Information).
Bid acceptance and bid evaluation. Provided that the bids are delivered to the Procurement Director at the
time, place, and under the conditions contained in the Invitation for Bids, the bids shall be conditionally
accepted without ,alteration or correction pending evaluation. Bids shall be evaluated based on the
requirements set forth in the invitation for bids, which may include bidder responsiveness, capability and past
performance, and criteria to determine acceptability such as inspection, testing, quality workmanship, delivery,
and suitability for a particular purpose. Those criteria that will affect the bid price and be consldered in
evaluation for award shall be objective and clearly measurable, including but not limited to discounts,
transportation costs, and total or life cycle costs. The main advantage of using life-cycle costing is that both
initial costs and related costs for the life of the item are considered. When the criterion for awarding the
contract is based on lowest responsive bidder, it may mean that the contract specifications are just minimally
complied with. Selecting of the lowest bidder could result in a higher incidence of maintenance, and down-time
could eat up any savings made if the Procurement process considers only the initial cost. Under no
circumstance will anv bid be accepted by fax or em ail. All bids must be labeled and received in the
Procurement office by the due date and time. There will be no exceptions made for any late. lost by the post
office or express carrier. or misdirected submittals.
Please be aware that vendors shall be removed from the vendor list for the following reasons:
(1) Declining to offer bids for the period of time listed in specifications.
(2) Suspension for the following shall not be for less than three (3) months or more thim three (3)
years:
(a) Failing to satisfactorily meet terms, agreements, or contracts made with the
Procurement department or the using agency.
(b) Being convicted of criminal offenses in obtaining contracts or convicted of
embezzlement, violation of state or federal anti-trust statutes, or any other crime
which indicates a lack of business integrity or honesty. '
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(c) Violating contract provisions or failing to perform without good cause or any other
cause which the Procurement Director deems to be so serious as to affect the
responsibility of a contractor, including disbarment or suspension from a vendor list
by another government entity.
PREFERENCE FOR LOCAL SUPPLIERS AND CONTRACTORS
(a) Augusta encourages the use of local suppliers of goods, services and construction products whenever
possible. Augusta also vigorously supports the advantages of an open competitive market place. Nothing in
this Section shall be interpreted to mean that the City Administrator or Purchasing Director is restricted in any
way from seeking formal bids or proposals from outside the Augusta market area.
(b) When the quotation or informal bids selection method is used by the Purchasing Director or using
agency head to seek firms to quote on Augusta commodity, service and construction products, local firms
should be contacted, if possible, first. Then if the Purchasing Director or using agency head believes that
there may not be at least three qualified informal bidders, quotes shall be sought from outside the Augusta
market area.
(c) In the event of a tie of bid (see 1-10-43 (h)), when all other factors are equal, the City Administrator is
encouraged to select the bid from within the local market area. The City Administrator shall retain the flexibility
to make the award of contract to a bidder outside of the local market area if evidence supports collusive
bidding in favor of a local source.
(d) The local vendor preference policy shall be applied when the lowest local bidder is within 5% or
$10,000, whichever is less, of the lowest non-local bidder. The lowest local bidder will be allowed to match the
bid of the lowest non-local bidder; if matched, the lowest local bidder will be awarded the contract.
For purposes of this section, "local bidder" shall mean a business which:
1) Has had a fixed office or distribution point located in and having a street address within Augusta
for at least six (6) months immediately prior to the issuance of the request for competitive bids or
request for proposals by Augusta; and
2) Holds any business license required by the Augusta-Richmond County Code and
3) Employs at least one (1) full time employee, or two (2) part time employees whose primary
residence is in Augusta, or if the business has no employees, the business shall be at least fifty
percent (50%) owned by one or more persons whose primary residence is in Augusta.
e) The Purchasing Director shall develop a program to routinely search out local firms that offer products
or services which Augusta may purchase and encourage such firms to place themselves on the bidder's list.
(f) The Purchasing Director shall work closely with Augusta's Disadvantaged Businesses.
(g) Nothing in this section shall be interpreted to mean that the City Administrator may abrogate the
provisions of O.C.G.A. 36-10-1 through 36-10-5, Public Works Contracts. This provision of the State Code
requires that all County public works contracts of $20,000 or more as defined therein, be publicly advertised
before letting out the contract to the lowest bidder. Further, nothing in this section shall be interpreted to mean
the City Administrator may abrogate the provisions of the Augusta-Richmond County Code requiring public
advertising before letting certain contracts."
Section 2.
This Ordinance shall become effective upon adoption.
Section 3,
All Ordinances or parts of Ordinances in conflict with this Ordinance are hereby repealed.
Section 4. If any section, provision, or clause of any part of this Ordinance be declared invalid or
unconstitutional, or if the provisions of any part of this Ordinance as applied to any particular situation or set of
circumstances be declared invalid or unconstitutional, such invalidity shall not be construed to affect portions
of this Ordinance not so held to be invalid, or the application of this Ordinance to other circumstances not so
held to be invalid. It is hereby declared as the intent that this Ordinance would have been adopted had such
invalid portion not be included herein.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BACKGROUND INFORMATION ON VENDORS.
The Department Head and/or the Administrator is directed to provide the bid amount as submitted, information
concerning the vendor's previous performance, the service and quality of the products offered, the availability
of the goods and serVices when needed, adherence to delivery schedules, and other criteria pertinent to that
particular item, on vendors who have submitted bids, proposals, or contracts for the Commission's
consideration. The information is to be included in the backup documents for the Commission's consideration
in awarding the contract.
INSPECTION OF PURCHASES.
The Procurement agent in conjunction with the using agency or department head shall inspect, or supervise
the inspection of, all deliveries of materials, supplies or contractual services to determine their conformance
with the specifications set forth in the pertinent purchase order or contract. The Procurement agent may
require chemical and physical tests of samples submitted with bids and samples of deliveries, which
examinations are necessary to determine quality of the samples and conformance with specifications.
Letting the contract. The contract shall be awarded or let in accordance with procedures set forth herein.
Award shall occur with reasonable promptness by appropriate written notice to the lowest responsible and
responsive bidder whose bid meets the requirements and criteria set forth in the invitation for bids.
In addition to price and other material factors, the Procurement Director, in consultation with the using agency,
shall consider the following in the context of award recommendations:
(1) The ability, capacity, and skill of the bidder to perform, the contract or provide the services required,
(2) The capability of the bidder to perform the contract or provide the service promptly, or within the time
specified, without delay or interference,
(3) The character, integrity, reputation, judgment, experience, and efficiency of the bidder,
(4) The quality of performance on previous contracts,
(5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract or
services,
(6) The sufficiency of the financial resources of the bidder relating to his ability to perform the contract,
(7) The quality, availability, and adaptability of the supplies or services to the particular use required,
(8) The number and scope of conditions attached to the bid by the bidder, and
(9) Service availability may be considered in determining the most responsible bid, and the bidders shall be
required to submit information concerning their ability to service and maintain the product of the equipment.
Award to other than low bidder. When the award is not given to the lowest bidder, a full and complete
statement of the reasons for placing the purchase order or other contract elsewhere shall be prepared and
signed by the Procurement Director and/or Administrator and made part of the record file for audit proposes.
It is the wish of the Owner that minority businesses are given the opportunity to BID on the various parts of the
work. This desire on the part of the Owner is not intended to restrict or limit com petitive bidding or to increase
the cost of the work. The Owner supports a healthy free market system that seeks to include responsible
businesses and provide ample opportunity for business growth and development.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
cl
I
STATEMENT OF NON-DISCRIMINATION
The undersigned understands that it is the policy of Augusta-Richmond County to promote full and
equal business opportunity for all persons doing business with Augusta-Richmond County., The undersigned
covenants that we have not discriminated, on the basis of race, religion, gender, national origin or ethnicity,
with regard to prime contracting, subcontracting or partnering opportunities.
The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable
participation of local small businesses on the bid or contract awarded by Augusta-Richmond County, The
undersigned further covenants that we have completed truthfully and fully the required forms regarding good
faith efforts and local small business subcontractor/supplier utilization.
The undersigned further covenants and agrees not to engage in discriminatory conduct of any type
against local small businesses, in conformity with, Augusta-Richmond County's Local Small Business
Opportunity Program. Set forth below is the signature of an officer of the bidding/contracting entity with the
authorIty to bind the entity.
The undersigned acknowledge and warrant that this Company has been made aWare of understands
and agrees to take affirmative action to provide such companies with the maximum practicable opportunities
to do business with this Company;
That this promise of non-discrim ination as made and set forth herein shall be continuing in nature and
shall remain in full force and effect without interruption;
That the promises of non-discrimination as made and set forth herein shall be and are hereby deemed
to be made as part of and incorporated by reference into any contract or portion thereof which this Com pany
may hereafter obtain and;
, ,
That the failure of this Comp&1nyto satisfactorily discharge any of the promises of nondiscrimination as
made and set forth herein shall constitute a material breach of contract entitling the City of Augusta to declare '
the contract in default and to exercise any and all applicable rights remedies inclUding but not limited to
cancellation of the contract, termination of the contract, suspension and ,debarment from future contracting
opportunities, and withholding and or forfeiture of compensation due and owing on a contract.
itJJl~~. ~I)h_.
Signature of Attesting Party , ,
Vce? ;,(!?ff~-7..:,L-
Title of Attesting Party,
PATRICK SCOTT DILLARD
NOTARY PUBLIC
BURKE COUNTY
, STATE OF. GEORGIA
My CommIssion Expires August 7,2012
~C;;_~;L~
Subscribed and sworn 0 before me'
this /~ day of ;//, 20~
Notary Signature
Notary Public
SEAL
My commission expires:
!his form MUST be submitted with bid package. NO Exception(s) will be granted
.... :,." .'!.:
:'
I
1
I
I
I
I
I
I
I
I,
I
I
1
I
I
I
I
I
I
~
CONFLICT OF INTEREST:
It shall be unethical for any City of Augusta business or participant directly or indirectly in a procurement contract
when the employee or official knows that
(a) the employee or official or any member of the employee's or official's immediate family has a
substantial interest or financial interest pertaining to the procurement contract, except that the
purchase of goods and services from businesses which a member of the Commission or other City of
Augusta employee has a financial interest is authorized as per O,C.GA 36-1-14, or the procurement
contract is awarded pursuant to 0, C.G,A. 45-10-22 and 45-10-24, or the transaction is excepted from
said restrictions by O.C.G.A. 45-10-25;
(b) Any other person, business, or organization with whom the employee or official of any member of an
employee's or Official's immediate family is negotiating or has an arrangement concerning prospective
employment is involved in the procuremerit contract.
Any employee or official or any member of an employee's or official immediate family who hblds a
substantial interest or financial interest in a disclosed blind trust shall not be deemed tci have a conflict
. of interest with regard to matters pertaining to that substantial interest or financial interest.
J, (vendor) Miff~~ /?' _ /Y'&i1Y~:-"dr -:;-;,.
/'
contained in the bid specifications.
have read and understand the information
Vendor Name:
"3/c.-.r:-
~,..rhL/'c;..-h-= -?' ~c,
. - //
Address:
po. 6c::?)C 7'",) c:::>
City & State:
CVa.-4:5 /
/
0.4- Jog =7-
$hg-/Bs-s
Phone #: (.;7c?~ ?bbt5 -/7')0 Fax # (7~
Signature: CWl/~~--~ 9--
Bid [tern Number and Name: .::;:ze- C? ~- 0 '7D
, Date:
f/-?fL-/oc;
I I
-S-6>~e~ 2- /l-
~"'Je/e..;r
/
This form MUST be submitted with bid package. NO Exception(s) will be granted
0- ~ .'T.:.....
,; ,~:" ,..:
I
I
I
I
I
I
I
I
I
I
I
I
I
I-
I
I
I
I
I
Bid/RFP/RFQ # 6<7-0'7 =
CONTRACTOR AFFIDAVIT AND AGREEMENT
By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. 13-10-91,
stating affirmatively that the individual, firm, or corporation which is contracting with Augusta Richmond
County Board of Commissioners has registered with and is participating in a federal work' authorization
program'" [any of the electronic verification of work authorization programs operated by the ,United States
Department of Homeland Security or any equivalent federal work authorization program operated by the
United States Department of Homeland Security to verify information of newly hired employees, pursuant
to the Immigration Reform and Control Act of 1986 (I RCA), P.L. 99-603], in accordance with the
applicability provisions and deadlines established in O.C.G.A 13-10-91.
The undersigned further agrees that, should it employ or contract with any subconttactor( s) in connection
with the physical performance of services pursuant to this contract with Augusta Richmond County Board.
of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with
b.C.G.A 13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar
form. Contractor further agrees to maintain records of such compliance and provide a copy of each such
verification to the Augusta Richmond County Board of Commissioners at the time the 5ubcohtractor( s) is
retained to perform such service.
/4W ,y"'7~/, ~~ 2-Pc>~
E-Verify * User Identification Num er
""'-,3 ~/ :--~-'75hc--c-h '0-;' " :;;Z:;;L-- I
Company Name / -
L/dj~~R,~~O
BY: Authorized Officer or Agent t-
(Contractor Signature)
Vce ?/'r:'? 51-.Je~~
, Title of Authorized Officer or Agent of Contractor
~;;:~"-r;?, /1?,u-;;h~e,;.-/ J;-"
Printed Name of Authorized Officer or Agent
Please Check One
500 or More 1 00 or more 100 or less
Number of Employees
/
Date:
/:iZ;r// /fL- 20= /
/ /
..;' Vendor with 100 employees or more - must
have an E-Verify " User Iden~ification Number
..;' Vendor with less than 100 employees - check
, 100 or less box, fill out the form and return with
your submittal. (Georgia Law requires you to
have an E-Verify*User Identification Number on or
,after July 1,2009.)
SUBSCRIBED AND SWORN
BEF, O. RE ME ON THIS T~ ./-'
/y?:ti- QAY OF // ,2002
, C-;PA-5-' ~ ,
Notary Public
My Commission Expires:
SEAL
MUST BE RETURNED WITH YOUR SUBMITTAL
PATRICK SCOTT DILLARD
NOTARY PUBLIC " ',.
, BURKE COUNTY' '
: > ',~,l*TpPr:i'GEt5RGI;4.;' .'
. 'h1r.Commli,s'ion ~BCpfre$fAiugIlst 7, 20/2
Ip'r
1
1
I
I
I"
1
1
1
I
1
1
I'
,I
1
1
1
1
I
-
14' 08 08: 56a
7067836385
p.2
Philip Martin
Ji~l.i';:. 2909 8:1~AM
Ne,. 7S-34 p~
Sial r C~~str~ct~~~
Bld/RP'PJRFC# 07"';0'/0
SUBCONTRACTOR.AFFlDAVrr
By execUting this'affldavit, the undarslgned subcOnl1aGlnr verifies Tis compliance wi'l:h O.C.GA '13- i (Mh.
5lati~affirmativaty that th~ indivi I i!rm. or 001}lOrauo~ which is engaged in the p~ perfonnance of
'seMCeS under a contract wI1h c-/ /:' 6r/.>..,7<,;c;.-t7-='7' on behalf of Augusta Richmond County
Board of Coo1mJssloners has registerod with and is participating In a federal work aUthortzafion program'"
[any of the eJ.eclroniC verillcafion of work ~uthortzatlon programs operntad by the Unlted Slates
DeparlmBr1t of Homeland Securlly or any eQuivalentfederaJ work au1ho!izatfon program opermed by the
UmtOO Sti:Tles Department of Homeland Socurityto verify imormalfon of newfy hired empklyoos, pUrsuant
'to fue tmmJgmtIon RefOrm and CorrlroJ Act of 1986 (IRCA), P-L 99-603}, in accordance with the
appJlcebJIJtyprovliions arid deadlines establlshed In O. C. G. A 13-1~1.
;t) / d--
E-Verify" Uoor Jdent'mcatIon Number
&1-r I' {':'c'o.~"",.~ h,Yl~
~yNar.na 'v, .
, '~~*"
-BV: Q Jeer or Agent
(Coo\:r.ac!Pr S19natura)
I/?:;
iIll)e of .A.uJhaflZad OffICer or Agent of GDnirnctor
Ph/ /, ';P f'vl.cv-h'/l,
~ Name of ~ Officer OJ' Agent
P1e$(l ct';ecl( One
500 Of Morn 100 or more 100 or lass ~
Number of EmplOyeeS
, Date:
~//'IJo 1
I J
./
Vem:lonMth 100 mnpJPjIOOS or moNi - must
have an E-Vooly" Vs6i ld!ll1fificoi:lllon Number
Vandorv.4ttl )VDV than 10lJ ompl~I'1$-<;h~c;k
100 Ofaess 'box. i!iIJ pot the form .and :retum Wfth
~~ (~UNr~yoo\)' .'
have an E-Varify"tmer Identlftc8tJon Number 00
or aftai JUly 1 ,2009.)
.j
SUBSCRJBED AND SWORN
llEFDflE ME 0>> 1HlS ~-
/~"t!i DAY o~ ,1)/1'/, ' ,2002
c-;LJ~:/ ~.' ',~U:~
NOt!iry Pub11c
My Comm'lBslon :Exp1res~
sEAL
\ll"'"
>".~ 'r\D VI ,I,
. \; r' .....,
/~'~,,"'1: . .~..,~:::" ,
= .:' ..q;w .' ;J ". .',
~U): ,,..... . to : :':
,.= .1 ~ 0 ~ ' : ,::: ,
~.".... .:::> '.'
~ 0 ". ~ .: e,
., "." ...... <t.. (,
~ lY ", ' ..'"
~...( ....... ..J...."'X
"'111 b-- r:J Ie l3 u~ "
Jilllll"HII"" .,,- . '
PATRICK SCOTT DILLARD.
, BLle
BURKE COUNTY
STATE OF GEORGIA
My Commission Expires August 7. 2012
MUST BE RETURNED WITH YOUR SUJ3~ AL
If !!hem ~ nv lSobcon1racfing opportunJ&s, ple2Se fill otlt the ronn (wrioo WA; sign, .date and ootariz~).
I"
1
1
,I
I
1
1
1
1
1
1
I,
1
1
1
,I
1
;
'I,
I
In accordance with the Laws of Georgia, the following affidavit is required by all vendors
NON-COLLUSION AFFIDAVITOF BIDDERJOFFEROR
I, ay~_ A>, /l:7'~---e.r / ' -:r;- ~ certify that this bid or proposal is made without prior undEirstanding,
agreement or connection with any corporation, fIrm orperson submitting a bid for the same work, labor or service to
be done or the supplies, materials or equipment to be furnished and Is in all respects fair and without collusion or
fraud, I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences
,and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to
sign this bid or proposal for the bidder.
Affiant further states that pursuant to O.C.G.A. Section 36-91-21 (d) and (e),
3/a.-/ ~ ~4 .rP---e:r7-C>-? /..:::z:;?c. , has not, by itself or with. others, directly or indirectly,
prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever, Afflantfurther
states'that~s)he has not prevented or endeavored to prevent anyone from making a bid Of offer on the project by any
means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work.
Affiant further states that the said offer ~f 74....::.- c::;;;;;..;,.ffr.c.rdc;>-?.......:z;;qs bona fide, and that no one has gone
to' any supplier and attempted to get such person or company to fufnish the, materials to the bidder only, or if
furnished to any other bidder, that 'the material shall be at 'a higher price.
U~~~~; .
Sfgnatur~ of Attesting, Party " -:
\tc:~' P,--efr~~~
Title of Attesting Party
Sworn to and subscribed before me this /~~y of ,~~//
~"5~
Notary Signature
, 200 /:
PATRICK SCOTT DILLARD
NOTARY PUBLIC
- BURKE COUNTY
;:> I A II: Ut
My Commission Expires August 7, 20/2
(Affix corporate seal here, if a corporation)
Notary Public:
County;
Commission Expires:
SEAL
Failure to properly execute the above affidavit must be considered grounds for rejecting vendor submittal
-
I
I
I
I
I
I
I
I
I
I
I
I
I
I'
I
I
I
I
I
-
~
~
l
If''
~
-
~ c
...
::l
"0 .....
r:o Q}
...
"C
s::
C1l
t wCO
+--(\,!
tIlN
"C"'t
~ I
r\) C'"
mN
._ CO
\. lIIlO
-0
J ~.""
(]\ Z "
K
0 Q) co
~lL.
() QJ l- '--
~ O>~O
co -10
~ -~"C 0
(j (lI ";to
'It CO....N
o..::l I
Q) 'bU,"",
._ Q) N
~ ..QXCO
.i:::Q)~
~, ~ Q) ~
$.0,,-
\:J-'-
Ql I/) .'.
:t:::::l<l>
OJ .~ E tE
E ..QEO
<U ::J l- I
Z ~.8 C
..... ..Q (lI 1:
U
OJ Q) '-:5m
....... CI.lu)(!)
'0 -
.... C1l ::.JQ}QJ
0.. Cl ~:;:;c::
E 'E Z5
, .2.g~
o .
~ ,!;'2 a.~
~a.
o ......___
m&i
.. c......
J .- c::
1:) 0
tilt)
~ ....
"'""" . ~
~ t: CF):
, o c::
~ 152
, :::l gs
~ I/) ::J
~ go
OJ
l-
ea
OJ
'-
(lI
:S
:=
co
~ 'f i ~. i q
0 ~
"0 G 1 ~ ~ ~
<Q ~
'E
0
(j
... ') ') ) ') ) )
0
.J!l
"3 ;~
III ,;; \
QJ \. \. " ~ ~ ~
0:: \l ,~ ~
\\
,~ ~ ~ ~ ~ ~
ci
n.z
01::
I1l 0
(J):P "
..J ~
()'t?
~'m
~
=C'-
<Q rn
E U)
If) QJ
- I::
to .-
u U1
o :l
..J11l
J~ ') ,,,\
:.: "-- , ,r-... .J~
... "'.~
0'0 ;~ . ~ 1''\~
~ ()l I.. i'- ~
......:t= ~ ~ ~
o () ~, ~ ~1
w= 6 \\ ~
0;0 ~ ~
olf) ~ \ ~~
u ~
If) ('\\{\
,8(/)C'-'O -
~'O(/)lllZ ,
~5E~o '" '\ " '''\ '\ ~
O)E(/)~(/) ~ ~ ~ ~ ~
:l,::;::l._t:, ~ ~
<l:ul1l..J '-
ti
ai... \l '" \l ~ ~ '^ 0
E w \!\~ i~ r\)
<Q.o '" ~ ~i
z E {,\t '\\
... ::l ^' .~" ~ '{. \\
roZ
::::: w ~ ~ ':l \ 1~
O;c ~\ 't)l
0;0 t~ ~" )
~,::; ~2 ' '\ ~ ~ r'\, ~J
L: 0-.. ~ ~
0'0 ~~ d" '"
-'c --" ~ 1~ '('\.
Ii: co ~I~ ~) ,~)r-
... U1 ~.~ ~~\
-' U) ~): ~~
c: QJ'
o ... ~"" ~ ~~
u'O \J~ ~~
.0'0 ~
J5<l:
... f
~ ~
Q. ~~ \. .~.
0; ~ \, "
:J ,~
If) 1 !"-- ~ '
'= ~
.B ~ ~ ~
U
<Q ~, "K R.
... ~
'E
0 ,~ ,\'
u \ ' ''t' ~
.0 ~,
:::s ~' ~ \l
If) ,~
.... '~ \r\ ~
0 't
QJ \~ ~ '~
E 41 ~
<Q ~
Z 'l(
~
ro
If)
(fJ
ill
U
ill
C
(fJ
<U
(fJ
+-'
Q)
Q)
..c:
(fJ
2
~
o
o
0::
a..
~
Z t5
::> ill
~ '2'
o ~
a.. ~:E;
0... ~-
o f2 g>
en I- 'E
en ~ ~
W 1-..... ill
Z Z '-
00(/)0 ]
:::> IY u ~
OJO~ C
-I' Il. ILl 0
1l.:J 0
-.J W 0.. ill
<:CQ, '--
::E 1'-'-::J ~
en <i. en 1U
-.J 11. oil :S
<(Cl~ (fJ
ugo ,~
0(90 0.
-.J ~ a.
~ I- ~
Z Z 0
::J 0 ~
o ~ ,8
U ::) ~
o (I,)-E
Z 25
o ..a
:E 5i
:c
u
~
I
<
I-
CJ)
::J
(9
::>
<x:
'm
c
o
:13
'6
'D
ro
Q)
(f)
::J
.....
(fJ
::J
.0.:
t::
OJ
t::
o
g.
~
~
a1
:g
in
t::
o
:;:;
t::
OJ
:t:
oq;'
~ ':]
z
>.,~,
c' :::1",
<U ....
,0;' Ctl';
E.... 't:'
,0 .2i
() en
I
I t5 III
<J) '0 ~
.CY . t-- ~ ~ ~ ~ ~
'- .... C ~ 0
0.. o ::J ~
(l) 0 !'\ Il\
<J) W~ r'\ (\.
{; ~ l"'\ l"\ " ~~ ~
I i:-o ~ " \
\. ~ ~
.f; (l) ,- rY\ ~ '" ~ ~ \
t.)co
"0 ... ~
<J) (!>
(!) 0..
::J
,I 2: (J) ~ ~ ) tl ~
.0 %) %1
~ .8 \) a :if c
0 ~ "-
en ~ox 0 0 ~ \.) "0 ::J
(9 0 ....
'- \) '\) (j 0)
<J) I- (l) ... ~ (J lJ)
I 0 III ::J 0 Q ~ ....
:;::; ~ro$: t) ~ a ~"- "0 co
~ I-. a \)'\.. 00"'-
Q)' 0> ~" \)~'\.. eN
Q. ~ N\"- '\n' ~ ~ "- raN
.Q -~ t o)";!-
r: ~ '" ,,", ~ N ..... I
OJ ro"-
I c '\l '0('-1
Z '0 '0 -co
::> ::J c: .~(O
(} C\l Q)
r- 0.. '10 \ 'in B
O::z .f; o~o ~
~- '.
I OJ en ro c: c: --><
'- ~ 0,2 II\. z~
Q.a. ,~ u;~ ~
c..z 0.. ~ .b'- 0 Ql,S"-
00 0. <{ '~Jj t)).c 0
::J ~
(!) ~ m:;:(O
I (JJi= --- (l) ~--a
f{i;5 ~ 0.:: () ";j-
m'O
0 o.,Q.lC\J
15 lJ) .... I
Z::::i ra lJ) IV ~ "t)::J"-
Ci)i= I-. lD ('- 0 .\' -_ 0 N
1: ,S III Z ..o~co
I ::):::1 0 lJ) lJ) ... '" V\ ...... '\ ~
::l c: 0 ~ "\ ;Sw(Q'
mO:: 0 ro f5 lJ) ~ t ~
.0 \) ~Q.lO
W ::J u'- (l) ~ .a t--
.;..J- ~.,.J>-
.;..Ji (!) -0...."-
iii <{ ~ Ql iii '.
<(. a. iii :t:::::JQ)
I 2:::1 Q) .- E ()
e Ql E '!E:
en(/) 'ii} E ..0 EO
-- ,::J ... I
.;..JO:: ::J ra
<Co lJ) , ~ Z ~.g c '
-'" .....
I ()J- - <5 '0 ~ 0 '00)-<->
00 ra ~(l)E 1 Ql a; ..c:l::;
E ~ '0 f-.;. ..... Ql ,
....l~ ..... gs.~~
C/) 0.0 ... ~ ltl
(l) o.g " ....
?:J- iU 0.... ~ \. ~ Q) 0- D
Z 0 o Q) ~ } ~.- c:
I ZO '0 o 0.. ~ ~ C c:
-1 en ~ ~ ~ -E ~
::>0 ~ ~ {'
o~ ,"0 \t ..s?R >-
e! CJ:l 0. ;
()cn 0) '- 0 Ct)
.... ;:: OJ ~
I, COO iii
z5 '8> c"""'
0) lJ) .- ()
0 ~ lJ) ~ .... m
(l) I- 0.....
:E (j ... (l) ~ ra c:
'0.0 ... 0
I ::c ~ ~ E 1:0
() <( " ::J ~ 0
(l)Z o '.
i2 - E (l) .oCt)
ra C\l c: 't ::I c:
c:( u; Z 0 (/)~
::J ;.,.c:: 1\ ' '
r-. c:o.. ~ o Ct)
I CI) '. <11'0 \J C Q)
.... o.c Ql :::J
::J c: E C\l @o
Ql 0
(9 t:: u
::J 0 Ql
'-
<C 0.. \1 Q)
I e ... ~ .c
.S! \ ....
$;: 0. \ ; 1 ~ ~ ~
L.:;: 0. '~ "- ~,~
Q) ::l \. ~ ~"
'0 ~
'0 , ~
I '- .B ~ ~ ~
OJ t.)
c: ~ E' ~
0 i: ~ ~
..... 0 ~
.... t.) . ro
; t:: ,.0 ~, z
I' 0) ,::I \. ,,>;' . ,.t
,:t;:,,-, (!) .~ "\ ,~",,",'
,;~,., ... '~ ~; "c. "
0 't ro '::J','
,~ .....
<ll ~ ~ Q. ro
E ~ ~ E c"
<11 'i'Z ~ ~
z 0 OJ
I (j U5
I
I ~
I
I <f!. w
.-
a:I oCt ~
,en "
~ ..J C
C iii
I CC Z -
0
~ W 0 .- -d
~ CJ) ~
<( Q)
.... "C
C) (.) CC ...
Q) ::i w ra
I 0 ...... ~
0 i= .-
tt: ... oCt ra
0.. C. ::J c .~
>-1- lJ) CC 0 "C
I-tt: :E CJ) .- :c
-0 - ...J ...
I c
Zo.. c: C w Q)
::JW 0 .- ~
~tt: "C W W ra
Q) CJ) ..J ~
Oz lJ) 0 a.
0..0 ::J 0.. :E :I:
I 0..- Q) 0 0 .-
~~ .0 tt: u z
0
0 0.. .- :E
CJ)- - U
W= ~ oCt I
Zl- 0::: >.
I -::J Q) .- c
CJ)tt: +: 0 z 0
::JW ... Z 0 ...
Q) U 0
CC_ == I- w "C
...J...J ..2 0 0::: ..J s::::
...Jo.. ~ Q)
I <(0.. W ::::> >
C) -, < 0
~::J ,5 0 .- .2
CJ)CJ) "C tt: z L1. III
...Jii: ::J 0.. C) 0 III
<(0 u I iii Q)
w u
I 01- ,5 C C) u
00 ::s
W ~ III
...J<( ~ 0 N Q)
,tt: ,~ N ii2 z .r:.
)01- 0 w -
I-z Q. :I: U >.
I zO c. .- 0::: .Q
::Jo ::J ::::> w "C
~ oCt a. Q)
OCC s::::
~ ...
om ::s
0 -
C)o - Q)
(.) ...
I Z...J III Q)
O::I: ... .Q
-
~I- c: 0
::I:Z 0 -
00 (.) .~
.0 0 E
I i:2~ ::J I-
lJ) ...
~ 0
'iij ....
.~
CJ) - .r:.
::J lJ) .-
I C) :J
::J
<(
I ~
0
tt:
.1 u.. IJ) 0
C ...J Z
W 0 ;=: ci:: .-
~ i:2 0 0 en
<( I- W
Z W .- ::::>
u
I I- 0.. ~- a
~ w
0 0:::'
w__,tt: .-'
-',',"0' z ~
0 0.. 0 oCt
tt: W u a.
I 0.. tt:
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-
Blair Construction, Inc.
P.O. Box 770
Evans, Georgia 30809
Phone (706) 868-1950' Fax (706) 868-1855
BIDDERS QUALIFICATION STATEMENT
with Proposed Subcontractors/Suppliers
ln the early 1950's Blair L. Mutimer began the Augusta located company Blair Construction. In 1973 the business
was incorporated in the State of Georgia as Blair Construction, Inc.
Blair Construction, Ine; has at some time performed grading; paving and underground utility construction f~r most
every municipality within a 40 to 50 mile radius oftbe City of Augusta. The majority of the work we perform is
either for the City of Augusta or Columbia County, We have an outstanding and well-respected relationship with
both these municipalities.
Our company employs approximately 53 persons and has an average annual revenue of around $12,000,000.
Approximately 80 percent of our work is large diameter underground utilities with the other 20 percent being
earthwork and base & paving,
B lair Construction, lnc, currently holds a "Celiificate Of Qualification (# 2 BL 150)" from the Georgia Department
of Transportation with a maximum capacity rating of$40,200,000,
''". As established in past projects with the City of Augu~ta, we have both the experience and means to perform the
subject project to which we are bidding.
Below are qualified Subcontractors we propose to'utilize for this project.
· Tucker Grading & Hauling
· ROW Clearing'
· Coimtry Boy Farms
.' East Georgia Fence
for hauling of asphalt & stone
for clearing
for grassing & silt fence
for fencing
.'
Below are qualified Suppliers we propose to utilize for this project.
· Reeves Construction
· Hanson Precast
· HD Supply or Ferguson
· USA Aggregates
Augusta Ready Mix
for asphalt & tack
for manholes
for pipe & fittings
for stone (base & bedding)
for concrete
Listed on the following page are recent projects of similar size and/or nature to which Blair Construction, Inc. has
successfully completed. ' ,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I.
I
I
I
-
9.
1.
Rae's Creek Channel Improvements, Phase IIi
City of Allgusta, GA
Contract Amount: $907,734,80
2.
Butler Creek Interceptor Upgrade
City of Augusta, GA
Contract Amount: $5,400,889.36
3.
Ridge Crossing Drainage Improvements
Columbia County, GA
Contract Amount: $950,067,70
4.
Cummings Road Grading and Paving
Aiken County, SC
Contract Amount: $514,684.84
5.
36" High Service Water Line
Columbia County, GA
Contract Amount: $318,206.84
6,
Highway 25 Wastewater Collection Improvements
, City of Augusta, GA
Contract Aniount: $1,096,770.33
7.
1(issingbower Road Area Water and Sewer Improvements
City of Augusta, GA
Contract Amount: $1,.633,317,92
8.
Spirit Creek Force Main
City of Augusta, GA
'Contract Amount: $5,485,149.66
Olive Road Sanitary Sewer Improvements
City of Augusta,GA
Contract Amount: $764,322.37
We appreciate the opportunity to submit our bid on this project and are sure our experience and qualifications will be
acceptable. If any other information is needed, please feel free to contact us.
Respectfully Submitted:
.0J~~~9-:
William R. Mutimer, Ir, Vice President
Date:. 4,-,./ /~/ 2.0=:7
. I, I
I
,I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-
Horsepen Sewer Collection System -Phase 2- A
Project No, 50202
INDEX TO SPECIFICATIONS
Title
Invitation To Bid
Instruction To Bidders
Bid Form (Exhibit to Standard Form of Agreement)
Bid Bond
Agreement
General Conditions
Supplementary General Conditions
Performance Bond
Payment Bond
Application for Payment
Change Order
Certificate of Substantial Completion
Division 1
GENERAL REQUIREMENTS
01100
Summary
Division 2
SITEWORK
02050
02230
02240,
02300
02530
02920
Subsurface Conditions with Appendix
Site Clearing
Dewatering
Earthwork
Sanitary Sewerage with Appendix
Grassing
Pages
1
3
13
2
3
51
3
2
2
3
2
2
2
30
3
2
8
36
4
I
I
I
I
I
I
SECTION IB
INSTRUCTION TO BIDDERS
IE-OI GENERAL
All proposals must be presented in a sealed envelope, addressed to the Owner. The proposal must be
filed with the Owner on or before the time stated in the invitation for bids. Mailed proposals will be
treated in every respect as though filed in person and will be subject to the same requirements.
Proposals received subsequent to the time stated will be returned unopened. Prior to the time stated
any proposal may be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for
a period of sixty (60) days after bids have been opened, pending the execution of contract with the
successful bidder.
I
I
IB-02 EXAMINATION OF WORK
I
I
I
I
I
I
I
I
I
I
I
Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work, the
conformation of the ground, the character, quality and quantity of the facilities needed preliminary to
and during the prosecution of the work, the general and local conditions, and all other matters which
can in any way affect the work or the cost thereof under the contract. No oral agreement .or
conversation with any officer, agent, or employee of the Owner, either before or after the execution of
the contract, shall affect or modify any of the terms or obligations therein.
IB-03 ADDENDA AND INTERPRETATIONS
No interpretation of the meaning of plans, specifications or other pre-bid documents will be made to
any bidder orally.
Every request for such interpretation should be in writing addressed to the ENGINEER, and to be
given consideration must be received at least five days prior to the date fixed for the opening of bids.
Any and all such interpretations and any supplemental instructions will be in the form of written
addenda to the specifications which, if issued, will be sent by certified mail with return receipt
requested to all prospective bidders (at the respective addresses furnished for such purposes), not later
than three days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such
addendum or interpretation shall not relieve such bidder from any obligation under his bid as
submitted,. All addenda so issued shall become part of the Contract Documents.
IB-04 PREPARATION OF BIDS
Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized
representative. Any corrections to ,entries made on bid forms should be initialed by the person signing
the bid.
Bidders must quote, on all items appearing on the bid forms, unless specific directions in the
, advertisement, on the bid form, or in the special specifications allow for partial bids. Failure to quote
on all items may disqualify the bid. When quotations on all items are not required, bidders shall insert
the words "no bid" where appropriate.
Alternative bids will not be considered unless specifically called for.
IB-I
-
I
I
I
I
Telegraphic bids will not be considered. Modifications to bids already submitted will be allowed if
submitted by telegraph prior to the time fixed in the Invitation for Bids. Modifications shall be
submitted as such; and shall not reveal the total amount of either the original or revised bids.
Bids by wholly owned proprietorships or partnerships will be signed by all owners. Bids of
corporations will be signed by an officer of the firm and his signature attested by the secretary thereof
who will affix the corporate seal to the proposal. '
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
NOTE: A 10% Bid Bond is required in all cases.
IE-05 BASIS OF AWARD
The bids will be compared on the basis of unit prices, as extended, which will include and cover the
furnishing of all material and the performance of all labor requisite or proper, and completing of all the
work called for under the accompanying contract, and in the manner set forth and described in the
specifications.
Where estimated quantities are included in certain items of the proposal, they are for the purpose of
comparing bids. While they are believed to be close approximations, they are not guaranteed. It is the
responsibility of the Contractor to check all items of construction. In case of error in extension of
prices in a proposal, unit bid prices shall govern.
IB-06 BIDDER'S QUALIFICA nONS
No proposal will be received from any bidder unless he can present satisfactory evidence that he is
skilled in work of a similar nature to that covered by the contract and has sufficient assets to meet all
obligations to be incurred in carrying out the work. 'He shall submit with his proposal, sealed in a
separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT, giving reliable
information as to working capital available, plant equipment, and his experience and general
qualifications. The Owner may make such investigations as are deemed necessary to determine the
ability of the bidder to perform the work and the bidder shall furnish to him all such additional
information and data for this purpose as may be requested. The Owner reserves the right to reject any
bid if the evidence submitted by the bidder or investigation of him fails to satisfy the Owner that such
bidder is properly qualified to carry out the obligations of the contract and to complete the work
contemplated therein. Part of the evidence required above shall consist of a list of the names and
addresses of not less than five (5) firms or corporations for which the bidder has done similar work.
IB-07 PERFORMANCE BOND
At the time of entering into the contract, the Contractor shall give bond to the Owner for the use of the
Owner and all persons doing work or furnishing skill, tools, machinery or materials under or for the
purpose of such contract, conditional for the payment as they become due, of all just claims for such
work, tools, machinery, skill and terms, for saving the Owner harmless from all cost and charges that
may accrue on account of the doing ofthe work specified, and for compliance with the laws pertaining
thereto. Said bond shall be for the amount of the contract satisfactory to the Owner and authorized by
law to do business in the State of Georgia.
Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively dated
copy of the power of attorney.
IB-2
-
I
I
I
I
I
,I
I
I
I
I
I
I
I
I
I
I
I
I
I
IB-OS REJECTION OF BIDS
These proposals are asked for in good faith, and awards will be made as soon as practicable, provided
satisfactory bids are received. The right is reserved, however to waive any informalities in bidding, to
, reject any and all proposals, or to accept a bid other than the lowest submitted if such action is deemed
to be in the best interest of the Owner.
IB-09 CONTRACT TIMES
Substantial completion ofthis project shall be 150 days after notice to proceed. Final completion shall be
30 days after substantial completion.
Substantial completion shall be defined as sewer being in service.
IB-3
-
.1 c
:1
I
I-
I
I
I
I
I
I'
I
I
I
I,
I
I
I
I
I
-
~ let ~ v-- 19nstru.Chbf')
S-. '.0--' '-'p-. - n,,_.,....,
.. . 'Y'. ..
,M _. _. . _ '.' ._'
.__. '-0 ._._ ._.__ '._ _...:
. - - -
Addendum No, 1
BID FORM
PROJECT IDENTIFICATION: Horsepen Sewer Collection System - Phase 2-A, Project No, 50202
'CONTRACT IDENTIFICATION AND NUMBER: Bid Item # 09-090
THIS BID IS SUBMITTED TO:
Augusta-Richmond COlmty Commission
Augusta-Richmond County Purchasing Derartment
530 Greene Street - Room 605 '
Augusta, GA 30901
1,01 Tbe undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER
in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding
Documents for the prices and within the times indicated in this Bid and in accordance with tb'e other tenns and
conditions of the Bidding Documents,
2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid ancl Instructions to
Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain
subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree
to in writing upon request of OWNER.
3.01 In submitting tlus Bid, Bidder represents, as set forth in the Agreement, that:
A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in
the Bidding Documents, and 'the following Addenda, receipt of all which is hereby acknowledged,
Addendum No,
Addendum Date
/
17~/09
B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site
conditions that nlliy affect cost, progress, and performance of the Worle.
, '
C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may
affect cost, progress and performance of the Work
. D, Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical-conditions in or relating to, existing surrace or
subsurface stmctures at or contiguous to the Site (except Underground Facilities) which have been
identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions,
and (2) reports and drawings of a Hazardous Envir~:mmental Condition, if any, wlllch has been
identified in the Supplementary Conditions as provided in paragraph 4,06 of the General Conditions:
00300-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
L.. :
I
I
I
-
-o~x
- ~'_~""""_. ,_'-"_'",""' __~___._f
",,--
E,
Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional
or supplementary examinations, investigations, explorations, tests,' studies and dat,\conceming
conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may
affect cost, progress, or performance oftl1e Work or which relate to any aspect of the means, methods,
techniques, sequences, and procedures of construction to'be employed by Bidder, mcluding applying
the specific means, methods, techniques, sequences, and procedures of construction expressly
required by"the Bidding Documents to be -employed by Bidder, and safety precautions and programs
incident thereto,
F,
Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or
data' are necessary for the determination of this Bid for performance of the Work at the price(s) bid
and within the times and in accordance with the other terms and conditions of the Bidding
Documents, "
G.
Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that
relates to the Worle as indicated in the Bidding Documents.
H.
Bidder has con'elated the information lmown to Bidder, information and observations obtained from
visits to the Site, reports and drawings identified in the Bidding Documents, and all additional
_ examinations, investigations, explorations, tests, studies, and data with the Bidding Documents,
L
Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that
, Bidder has discovered in the Bidding Docuu{ents, and the written resolution thereof by ENGINEER is
acceptable to Bidder,
J.
The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and
conditions for the performance of the Wode for which this Bid is submitted,
4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity ,with any agreement ot rules of any grOUp, association,
'organization or corporation; Bidder has not directly ,or indirectly induced or solicited any other Bidder to
submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding;
and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over
OWNER,
5.01 Bidder will complete the Work in accordancewitli the Contnict Documents for the following price(s) on the
attached Bid Schedule:
00300-2
.
11 ' ' , ..
I
I BID SCHEDULE
I
" diameter PVC sanitary sewer pipe
I DR 35, Depth 0' to 6', including Type 55'0'/5'"
/I (No. 67 stone) bedding material
'8-1 B Item Not Applicable XXX LF XXX 00.00
I ' 8-1C 12" diameter PVC sanitary sewer pipe 48 LF M-5-- //7b t5
DR 35, Depth 0' to 6', including Type
I /I (No, 67 stone) bedding materiai
,~
S-2A " diameter PVC sanitary sewer pipe 4844 LF ;2-/ ~yt- /4- 82-fL- /~
I DR 35, Depth 6' to 8', including Type. 0 -
/I (No, 67 stone) bedding material
I 8-28 Item Not Applicable XXX LF XXX 00,00
8-2C 12" diameter PVC sanitary sewer pipe 649 LF 2-F~ /5',/00 77"
DR 35, Depth .6' to 8', including Type
I /I (No. 67 stone) bedding material
S-3A ",diameter PVC sanitary sewer pipe 4340 LF 2/~ '73<7/)
DR 35, Depth 8' to 10', including Type
I I' (No, 67 stone) bedding material
I 8-38 Item Not Applicable XXX .LF XXX 00.00
S-3C 12" diameter PVC sanitary sewer pipe 610 LF 2F- .e. /<;L7S-/ !.:::-
DR 3.5,Depth 8' to 10', including Type
I /I (No. 67 stone) bedding material
S-4A " diameter PVC sanitary sewer pipe 1744 LF 2/W- 3) 7~o ~
I DR 35, Depth 10' to 12', including
ype II (No, 67 stone) bedding material
I 8-48 XXX LF XXX 00,00
8-4C 12" diameter PVC sanitary sewer pipe 180 LF 2 {L :!2 {/-{/-- II 0
DR 35, Depth 10' to 12', including
I ype II (No. 67 stone) bedding material
8-5A " diameter PVC sanitary sewer pipe 726 LF ' 2/~ /5--7/0 ~,
I DR 35, Depth 12' to 14', including
ype II (No. 67 stone) bedding material
I 8-58 Item No'! Applicable XXX LF XXX 00.00
I .00300-3
-
~
,I
-I
II
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
;1
I -
,-
S-5C 12" diameter,PVC sanitary sewer pipe 150 LF 2{k .E!
jsDR 35, Depth 12' to 14', including 310 '/ t;.:,
Irype /I (No, 67 stone) bedding material
S-6A B" diameter PVC sanitary sewer pipe 137 LF 2-/~ 2'70r;L-
SDR 35, Depth 14' to 16', including
"'ype /I (No, 67 stone) bedding material
S-68 Item Not Applicable XXX ' LF xxx: 00,00
8-6C Item Not Applicable ;~: . xxx: LF xxx: 00,00
S-7A Item Not Applicable xxx: LF XXX 00.00
8-78 ' Item Not Applicable xxx: LF xxx: 00.00
S-7C Item Not Applicable xxx: LF xxx: 00.00
S-9A g" diameter ductile iron sanitary sewer 277 LF ~0~ /28F-)
!pipe Class 350, Depth 0' to 6',
Including Type II (No. 67 stone)
bedding material ,
8-98 Item Not Applicable XXX LF XXX 00.00
8-9C 12" diameter ductile iron sanitary sewer 180 LF c:;) !t:
pipe Class 350, Depth 0' to 6', ., /2DB5""
ncluding Type II (No. 67 stone)
bedding material
S-10A B" diameter ductile iron sanitary sewer 155 'LF ~.~ 7/88
pipe Class 350, Depth 6' to 8',
ncluding Type /I (No, 67 stone)
bedding material
8-108 Item Not Applicable XXX LF XXX ' 00.00
8-10C 12" diameterductile iron sanitary sewer 40 LF 0) !!!: 2C:7SS-
Jipe Class 350, Depth 6' to 8', ,
ncluding Type II (No. 67 stone)
!bedding material
S-11 A ~" diameter ductile iron sanitary sewer 155 LF {/b 3<i3 '7
pipe Class 350, Depth 8' to 10', - 7/88
ncluding Type II (No, 67 stone)
bedding material '.
"
8-11 8 Item Not Applicable xxx: LF . xxx: OO~OO
S-11 C Item Not Applicable , xxx: LF XXX 00,00 t
S-12A Item Not Applicable xxx: LF XXX 00.00
8-128 Item Not'Applicable XXX LF xxx: 00,00
,
8-12C ' Item Not Applicable XXX LF xxx: 00.00
S-13A Item Not Applicable XXX LF XXX 00.00
,
8-138 Item Not Applicable XXX LF XXX 00.00
S-13C Item Not Applicable XXX LF XXX 00.00
S-14A Item Not Applicable XXX LF XXX 00.00
~
0'2.
26
20
-
7C>
0=
=
00300-4
I~
..
[I
I
I
I
I
I
I
I
I
I
I
I'
I
I
I
I
I
I
I
, '.
S-148 Item Not Applicable XXX LF XXX 00.00
.,S-14C Item Not Applicable XXX LF XXX 00.00
S~15A Item Not Applicable . XXX LF XXX 00,00
S-158 ' Item Not Applicable XXX LF XXX 00.00'
8-1 5C Item Not Applicable XXX ,LF XXX 00,00
S-16A Item Not Applicable XXX LF XXX 00,00
S-168 Item Not Applicable XXX LF ' XXX ' 00,00
S-16C Item Not Applicable XXX LF XXX 00.00
S-17 Item 'Not Applicable XXX LF XXX ' 00,00,
Sub-total of all sanitary sewer line work 16781 LF XXX 00,00
For Information only
S-18 Select backfill, GA DOT Type I, Class I 10000 CY O~ S- DOe:;>
~ II (Sand/Clay) - Measured by in-
place volume, '
S-20A Pre-cast sanitary manhole, GA DOT ' 80 EA /b2-2- ~ /2'7 ?b3
IsTD 1011A,Type 1, Depth 0' to 6' (48"
Diameter)
S-21A :Addifional sanitary manhole depth; 150 VF ebb ~} ~&~
~ype 1, Depth Class 1 (48" Dia.) ,
S-22A ' ' Additional sanitary manhole depth, 150 VF bib e '77'0~
!Type 1, Depth Class,2 (48" Dia.)
S-26A ~8" Diameter sanitary manhole exterior XXX EA XXX $ ,00,00
'oint wrap (No separate or additional
payment will be made for this item)
S-28 .. Outside Drop Piping - Complete 3 EA /y{-?} BP <;IrL-Z/
.-
S-29 Doghouse/Connector Manhole, 1 EA 2/:5") ~ 2/5'") "/
including base, cbne, and ring and
k:over
,
S-30 ~" sanitary sewer service, complete 270 EA :528 e /12&57:'-
\
S-30A Item Not Applicable XXX LF XXX' 00,00
S-308 6" sanitary sewer service including 1 3 EA 8 ~D (f!!:. 9"
std. section of 6" DIP, PE wrap, 25"::;-0
~oncrete encasement and couplings, .
complete
S-31 Item Not Applicable XXX LF XXX 00,00
, ,
S-32 Item Not Applicable XXX . LF XXX 00,00
c:>O
B.o
:5'=
,s-=
:5"'2--
~
-
Z'D
-
;z...
. 00300-5
'I ' '
I
8-33 ie new sanitary sewer to existing 4 EA h2-3 f!:L 2</-7'3 72.-
manholes, diameter varies -
I
8-34 C Water Main Crossing 15 EA c:>= 3=-c>c::=> ==
200- -
I 8-35 Ductile Iron Pipe Polyethylene 40 LF ~~, <::>
Encasement 2/e>
I 8-36 oncrete encasement of sanitary 30 CY /1-s- ~ ~37g 5'0
ewer (creek crossings, etc.)
I'
I sphalt overlay, typeF, 1 1,ti" thick,
inimum
P-2 raded aggregate base, 10 1,ti "thick, 8000 8Y 2/~ ~
I ' wide and asphalt patch 2 1,ti " thick,
nclL/ding removal of 21,ti " GAB and
lacement of bituminous tack coat
I P-3 sphalt Pavement Leveling 150 Tons 9Z~ /3~F-g s-o
-
P-4 Milling 0-1 1/2" 7000 8Y 3 oS- 2/5'S-o 0
I
P-5 Line Item Does Not Apply XXX XX XXX
00,00
1 P-6 " thick concrete driveway 400 8Y (I/~ /0) 2>0 &YO ~
eplacement, replace in kind, 3000 psi
mix
I P-7 " asphalt pavement driveway 50 8Y ~/3 0>'7 tb8p 5"=
~
eplacement -
P-8 Item Not Applicable XXX Lt: XXX 00,00
I P-9 4" concrete curb and/or gutter 2000 LF /? !:!!-' 00
emoval and replacement (as 35""/&0
I ppropriate and necessary)
P-10 Raised edge asphalt curb removal and 1000 LF ~~ {/-s- ~C/ ::::.-
eplacement (as appropriate and
I ecessary)
I
M-2 Rock excavation 50 CY 25~ /250
I
M-3 Foundation backfill, GA DOT Type II, 1500 CY /~ 0
or additional unclassified excavation /500
I
I 00300-6
-
-I
I
I
I
I
I
I
I
I
I
I
I
I
I
,I
I
I
I
I
-
TOT AL:
M-4
learing and Grubbing
ACRE
tj!5" 00 ~ 3(; c;::><::/c> c::::..'
8
M-5
Fence Removal & Replacement, New,
Replaced in Kind (where specified on
rawings or as specified and approved
y resident ir)spector)
Rip Rap GDOT Type 3, (where
pecified and approved by resident
"nspector for use other than that
equired for soil and erosion control)
tream Crossing & Bank Restoration
er Detail 14/C3.1.
21'00
/& /32. ::=.:--
LF
B'!3:-
. Sy
400
M-6
2/~
.B5ff
e>C>
M-7
2
EA
numerals)
;f' 5"3
, / 27} 7/B ,.-;--
'/ / J
" "
-:;
00300-7
:1"
I
1
1
1
I
I
1
I
I
1
I
I
I
I
I
I
I
I
~~ ~~""""'7-
, :
LUMP SUM CONSTRUCTION
.. Mobilization, Demobilization
.. Bonds, Insurance
.. _ GabionRetaining Walls
.. Remove and reset fences, All types, not indicated to be removed & replaced on drawings
Remove and reset gates, All types
.. Remove and reset storm sewer, lengths & sizes vary
.. X" <material> drain pipe
.. Remove and reconnect water services
. Reconnect sanitary sewer services
.. Reconstruct <material> wall, Height varies
.. Remove and reset signs, type varies
Remove and reset water sprinkler systems, complete
. Remove and reset water valve and/or meters, size varies
. Remove and reset yard lamps, type varies
.. Remove and reset maiiboxes, type varies
.. Erosion and sediment control (temporary grassing, construction exits, rip-rap, misc. erosion control)
. Silt Fence, Type "A"
.. Silt Fence, Type "B"
.. Silt Fence, Type "C"
. Traffic control'
.. Miscellaneous grading
.. Permanent Grassing
.. Gas Line and Underground Power Crossings
.. New sanitary sewer stub outs (plugged) at manholes for future construction
o Raise manholes and valve boxes to grade
.. Coordination with other utilities-gas" power, communications, GA DOT, etc
Note to Bidders: For a complete description of Bid Items refer to the Technical
Specifications.
00300-8
I
<<
,
,I ' "
I
I
I
I
I
I
I
I
I
I
I
I~
I
I
I
I
I
I
-
Unit Prices have been computed in accordance with paragraph Il,03,B of the General Conditions.
Bidder aclmowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison
of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as
provided in the Contract Documents,'
6.01 Bidder agrees that the 'Work will be sub"tantially completed and completed and ready for final payment in
accordance with paragraph 14.07,B of the General Conditions on or before the dates or within the number of
calendar days indicated in the Agreement. '
6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event offai1ure to complete the
Work within the times specified above, which shall be stated in the Agreement.
00300-9
~
~I
I
7.01
The following documepts are attached to and made a condi~on of this Bid:
A Required Bid security in the form of Certified Bid Bond;
B, Financial experience and'equipment statement per section IB-06 ofInstructions to Bidders,
, 7?'1
SUBMITTED on 4;0 NI /0-.-C- ,20 0'7
I
I
I
If BIDDER is:
I
,An Individual
I
(Name - type or print)
(SEAL)
(Individual's Signature
I
Doing Business As
I
Business Address
I
Phone No '
Fax No
I
A Partnership
(Partnership Name - type or print)
(SEAL)
I
(Signature of General Partner) (attach evidence of authority to sign)
I
Business Address
I
Phone No
Fax No
I
A Corporation
?3 ~/;..
~r7J-;;</C?"-/-;.c'-7 /
I
.::z;; c.. ,
(SEAL)
I
(Corporation Name)
~=/7r ~
(State of Incorporation)
I
~rle,..J --;3./.r/~",.,/..T
I
, (Type 7 General Business, Professional, SeNice, Limited Liability)
uJ~~, .
(Signature) '(attach evidence of authority to sign)
px---;-, ~, /J7'~':-"'e"-
. //
fr~
I
(Name - type or print)
I
00300-10
-
I
I
'I,
I
I
I
I
I
I
I
I
I
I
I.
I
I
I
I
V~e ,?~ /-d'e-? rL
'. '.,"~ (T~\1e - type or print) ~,? a'/ ,
/-- I/. L fA' Y -
,')/:!ZV1 .' I t' ,'" .{l "
- I if- ,
/ (ATTEST Signature of Corporate Secretmy)
p,O. /!:Jc9)< /)C>
Business Address
6V -=--J4 ~/
bff
;7c::>BC/'=7
70~&bg - /'7S-c>
Phone No
/773
Date of Qualification To Do Business
A Joint Venture
(Joint Venture Name - type or print)
(CORPORATE (SEAL)
/o&>/ 15&:>23 - /8 ~r
Fax No
(Signature of Joint Venture Partner) (attach evidence of authority to sign)
'(Name - type or print)
(Title- type or print)
Business Address
Phone No
Fax No
(SEAL).
(Each joint venture must sign, The manner of sign.ing for each individual, partnership and corporation that is a party
to the joint venture should be in the manner indicated above).
00300- J ]
J
~I
-I
"
BID/SDND
I
KNOW ALL BY THESE PRESENTS, That we, Blair Construction, Inc., PO Box 770, Evans, Georgia 30809
I
of
(hereinafter called the Principal),
I
as Principal, and Western Surety Company
(hereinafter called the Surety), as Surety are held and firmly bound unto Augusta Commission, 530 Greene Street, Room 605,
I Augusta, GA 30911
I
(hereinafter called the Obligee) in the perial sum of
10% of Bid Amount - - - -' -' - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - ,- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Dollars($ 10% of Bid Amount )
I for the payment of which the Principal and the Surety-bind themselves, their heirs, executors, administrators, succ'essors and assigns,
jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBUGA T10N IS SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal
v ,
to the 01?ligee on a contract for Horsepen Phase 2-A, Sewer System
NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be
specified, enter into the Contract in writing, and give hand, if bond is required, with surety acceptable to the Obligee for the faithful
performance ofthe said Contract, then this obligation shall be void; otherwise to remain in full force and effect.
Signed and sealed this
14th
day of
April
2009
Witness
Blair Construction, Inc., PO Box 770,
Evans, Georgia 30809 " -,
{ IJ~IL~
~~e ?/'&fr~4-r::-
, (Seal)
Principal
. \
~k- -S --=O~,
Title
m ~7T~r
"'- ' ,
Witness
Western Surety Company
{By13~ L~~
Buck Leigh- ., . -./
Attorney-in-Fact
0053/GEEF 10/99
'~'-~"-
I
Westerri:f;ur~}W Comi)any
PlOWER OF ATTORNEV A1P'POINTING JiNDlfVl[DUAL AT1'ORNEY-IN-FA~T
. tJ 0 k I' corporation is a duly organized and existing corporal'Jon
,.. . ' ~ T'1a1 WESTERN SURETY COM)>A~rY, a Sou 1 a, 0 a., , ,
Know AI! Men Jay These PA e...cut" .. .. - I j 't I, hy virlw, of the signature and seal herein affixed hereby
, ' "I f'<l 'th Cil" of S.ioux Falls, and St~H~ nf SOllnl Dako"ft, nlH t 1M I (oes ,
haVing Its prmC1!la 0 ,.lee Ul ' c. - ',J
malee, c.nnstitute and appoint
"
I
.~
I
I
Th()m.as M Al1rnns, BiUtdr:. Leigh~ In~dRVidU2\ny
I
I
,', ()' F '1' w'th f1l1l power and "tlthod1:\! hc,reby r:onf<\1'red to sign, scat arid e~e'eute fur and on its hehiltfbnnds.
of Columbia, SC, its true and lawful f\I.LOlney;s, -1l1- 'al.., I. " , . '
undertakings and other obligatory instnllnenls of similar nature '
I
- ,hn Undhll1dtedl Amoumt~-
, "'. 11 d' I 1'"111. as if snch in'ITUillents wae signed by II c1uJy llllthol'iz,ed officer of the corporation and ~llllhe act~ ofslIid
and to bind It therc,by as '1. y an to t, 1~ same ex ,-, , , " ' '" . . ,
Attorney, pursuant to' the authorily herehy given, arc hereby ratified and c.ollfir1l1t~d,
I
, P f I 't 'aelc "11(1 evecllled !lllrSlI'm, ii' ~l)d 11'1 ,mthoril:]' of the By-Law pdHted Ol) the rever,~e hereof: duly adopted, a.q indicatl\d, by
TlllS O""l:r 0, ,~t 'omQY IS 111 " " . '. ,., , . ,', , , . , '
the shareholders of lne, corporation,
I
Xu Wjj:ncs~ When-cof, WESTERN SURETY COMPANY 11f\S caused thesl: prCilentB to be signed by its Senior Vice President fllld its corporate ,geal to
be bereto affixed on this 23ro day of Marcb, 200("
I
~~I\\~~Alm!'~~~/+J
#:~ ~............r tI."~
,;:11;-'.... ^ '" oCi~
f ~..!.I/0<to.9MI)..t}..Jf.\"-ft}
Eml't..~ 'Jtl\\~
;";l~a.l. J ~'r
-;..;\~ S'e,' t--.\..-J;f.J?
\~~~rH'''''''~1l1i'
~1,(lo"hll~jJ~~\~'^
'I
I
, State of South Dakota
Connty of Minl1ehal1a
l
J
ss
WESTERN SURETY COMPANY
"""") ,
/~/ ;--
.:_,__._,:;t:;:;~.'J:,,7__ ':' ., ..__~_
Paul' . BJ1Iflllt~ Stmior Vice Presidem
I
Oil this 23rcl day of March, 2006, before me personally C,lllllC Paul T. Bruflat, to me 'known, who, being by me duly sworn, did depose and say: that he
' -
resides in the City of Siollx Falls, State of South Daknta; 1J1at 111, is the Senior Vice Pri:sidC:lll of WESTBRN SURETY COMPANY dcscrihc,! in JIlld whieh
e,xecuted the above instruf:wllt; I:Jlat he knows Ibe seal of said coqloration; that thr. seal affixed to the sflid hl:ltrumcl1t is suc.h corporate seal; I:bM: it was so
affixed pursuant to authority given by the BoaJ'd of Directors of said corpo~Mion Md that he signed his Mme thereto PUfSL1811t In like ""thnri'~I, fil\ll
acknowledge,q same to be the 'let and deed of said corporntion,
I
My commission expires
~e:\''''~''''~''''~'')t.:.'''''?'''J~~,P,o:.;.-.,.....".,r,~'."J.,,~(.). +
:~ D' K"""'U' r
~ ." Il~&,;;\ ... or
J' ~N01'AB\( rI.H;llIC~, "
f.~!u $OU'HI DAIWTA (~~~f
~'~o.~""~"'" '''~.'''~''114'''''':\'''>~''~'':'l.''I\I\''~'1o^"IIo)",".I.'lI t
I
November 30, 2Q06 ___
I
(:EBTJFXCATE
./W! ~......,',
--~_.:& -'~-~.:.....~
'~PLlbiiC
r, L. NdsOJ1, Assistl1t1t Sec.retary of WESTERN SURETY COMPANY do hereby ccrti'ly that the Power of Attorney herein!.lbove set forth is still in
force: and fiJrther ee1'tiJ'1' fllat the By-L.<\U1 of I' he corporation prinl'cd_qn the re,verse h;'re ' 1'0 <till I'll "ore" In IMtl'111 h fll I '
' "71'7: ..,." '-' l' .. q ,~,>, any w creo lave 1e1'el1nl:0 sllbscnbed
my name and affixed the sea' of the ,.aid corporation Ihis __~ ~__ day of _____ ,/' //.__ -' 2-.9='7 .
I
I
I
Form F4280-01-02
WESTERN SURETY COMPANY
, ~ '~~" - .
----~ ~~/
-. - L. Nclso;l, Assistant Secl'etary
I
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
I
I
AGREEMENT
THIS AGREEMENT, made on the _ day of ,2009, by and between
AUGUST A, GEORGIA, BY AND THROUGH THE AUGUST A-RICHMOND COUNTY
COMMISSION, party of the first part, hereinafter called the OWNER, and Blair Construction, Inc.
party of the second part, hereinafter called the CONTRACTOR.
WITNESSETH, that the Contractor and the Owner, for the considerations hereinafter named,
agree as follows:
ARTICLE I - SCOPE OF THE WORK
The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor
necessary, and to perform all of the work shown on the plans and described in the specifications for the
project entitled:
"Horsepen Phase 2 Sewer Collection System; Phase 2-A, Project No, 50202,"
Including Addendum No, 1 dated April 1, 2009
and in accordance with the requirements and provisions ofthe Contract Documents as defined in the General
and Special Conditions hereto attached, which are hereby made a part of this agreement. '
, ARTICLE II - TIME OF COMPLETION - LIQUIDATED DAMAGES
The work to be performed under this Contract shall be commenced within 10 calendar days
after the date of written notice by the Owner or the Contractor to proceed. All work shall be substantially
completed within 150 calendar days with all such extensions of time as are provided for in the General
Conditions. Substantial completion shall be defined as sewer being in service. Final completion shall be 30
days after substantial completion.
It is hereby understood and mutually agreed, by and between the Contractor and the Owner,
that the date of beginning, rate of progress and the time for completion of the work to be done hereunder are
ESSENTIAL CONDITIONS of this contract. Contractor agrees that said work shall be prosecuted regularly,
diligently, and uninterruptedly at such rate of progress as will ensure full completion thereof within the time
specified. It is expressly understood and agreed by and between the Contractor and the Owner, that the time
for completion of the work described herein is a reasonable time for completion of the same, taking into
consideration the average climatic range and construction conditions prevailing in this locality.
IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE
WORK WITHIN THE TIME HEREIN SPECIFIED, then the Contractor does hereby agree, as a part of the
consideration for the awarding ofthis contract, to pay the Owner the sum of one thousand ($1.000)Dollars,
not as a penalty, but as liquidated damages for such breach of contract as hereinafter set forth, for each and
every calendar day that the Contractor shall be in default after the time stipulated in the Contract for
completing the work.
The said amount is fixed and agreed upon by and between the Contractor and the Owner
because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
'I
Owner would, in such event, sustain, and said amounts shall be retained from time to time by the OWner from
current periodical estimates.
It is further agreed that time is of the essence of each and every portion of this Contract and
the specifications wherein a definite portion and certain length of time is fixed for the additional time is
allowed for the completion of any work, the new time limit fixed by extension shall be the essence of this
contract.
ARTICLE III - PAYMENT
(A) The Contract Sum
The Owner shall pay to the contractor for the performance of the Contract the amount as
stated in the BID FORM and Schedule ofItems. No variations shall be made in the amount except as set forth
in the specifications attached hereto.
(B) Progress Payment
On no later than the fifth day of every month, the Contractor shall submit to the Owner's
Engineer an estimate covering the percentage of the total amount of the Contract which has been completed
from the start of the job up to and including the last working day of the preceding month, together with such
supporting evidence as may be required by the Owner and/or the Engineer. This estimate shall include only
the quantities in place and at the unit prices as set forth in the Bid Schedule.
On the vendor run following approval of the invoice for payment, the Owner shall after
deducting previous payments made, pay to the Contractor 90% of the amount of the estimate on units
accepted in place. The 10% retained percentage may be held by the Owner until the final completion and
acceptance of all work under the Contract.
ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT
(A) Upon receipt ofwritten notice that the work is ready for final inspection acceptance,
the Engineer shall within 10 days made such inspection, and when he finds the work acceptable under the
Contract and the Contract fully performed, he will promptly issue a final certificate, over his own signature,
stating that the work required by this Contract has been completed and is accepted by him under the terms and
conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage,
shall be paid to the Contractor by the Owner within 15 days after the date of said final certificate.
(B) Before final payment is due, the Contractor shall submit evidence satisfactory to the
Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except
that in case of disputed indebtedness of liens of evidence of payment of all such disputed amounts when
adjudicated in cases where such payment has'not already been guaranteed by surety bond.
(C) The making and acceptance of the final payment shall constitute a waiver of all
claims by the Owner; other than those arising from unsettled liens, from faulty work appearing within 12
months after final payment, from requirements of the specifications, or from manufacturer's guarantees. It
shall also constitute a waiver of all claims by the Contractor except those previously made and still unsettled.
2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
f);Jl~ ilAdidf- t4Ir
CMS.
(D) If after the work has been substantially completed, full completion thereof is
materIally delayed through no fault of the Contractor, and the Engineer, so certifies, the Owner shall upon
certification of the Engineer, and without terminating the Contract, make payment ofthe balance due for that
portion of the work fully completed and accepted.
Each payment shall be made under the terms and conditions governing final payment, except
that it shall not constitute a waiver of claims.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3)
counterparts, each of which shall be deemed an original, in the year and day first mentioned above.
t
t~WitIi
tt!"-'
tt;:,
, ~\~;:.
(SEAL)
~ i/1!~
etary
,.
~~~
Witness
AUGUST A, GEORGIA
By: cfL~,(~
As its Mayor 0-
<
sitr u,
. Pleas~
Sign Here
CONTRACTOR: '2J/~/r ~~f.,4""'c-Ao4 " ~c ,
By udf-i/!!:!5~- '
Address:
~o_ /!;C?X ?7D
&/c-rl$' / c;;;;;AL 3 c>&$c::>7
/
:-
- ---
,., .
~/
~ '\,';
:;...,.,
3
I
I
I
Bond No, 586 62073
I
PERFORMANCE BOND
Conforms with The American Institute of Architects
A.I.A. document No. A-311
I
KNOW ALL BY THESE PRESENTS: that Blair Construction, Inc., PO Box 770, Evans, Georgia 30809
(Here insert full name and address or legal title of Contractor)
I
I
as Principal, hereinafter calJed Contractor, and, Western Surety Company, CNA Plaza, ChicaQo. Illinois 60685
(Here insert full name and address or legal title of Surety)
I
I
as Surety, hereinafter calJed Surety, are held and firmly bound unto Augusta-Richmond County Commission, 530 Greene St.,
Room 605, Augusta, Georgia 30911 (Here insert full name and address or legal title of Owner)
I
I
as Obligee, hereinafter called Owner, in the amount of One Million Two Hundred Ninety Seven Thousand Seven Hundred
Eighteen and 53/100 -- -- - -- - -- - -- -- - - - -- -- -- - -- - -- -- -- - -- - - - -- -- -- DolJars ($ 1,297,718,53 .).
I
for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly
and severally, firmly by these presents.
WHEREAS,
I
Contractor has by written agreement dated
, entered into a contract
I
with Owner for Horsepen Phase 2-A Sewer Collection System
(Here insert full name, address and description of project)
I
. ,
I
in accordance with Drawings and Specifications prepared by
(Here insert full name and address or legal title of Architect)
I
I
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
I S-1219/GEEF 10/99
Page 1 of 2
I
PERFORMANCE BOND
586 62073
I NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said
Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect.
I
The Surety hereby waives notice of any alteration or
extension of time made by the Owner.
I Whenever Contractor shall be, and declared by Owner to be
in default under the Contract, the Owner having performed
I Owner's obligations thereunder, the Surety may promptly remedy
the default, or shall promptly
I) Complete the Contract in accordance with its terms and
I conditions, or
2) Obtain a bid or bids for completing the Contract in accordance
I with its terms and conditions, and upon determination by Surety of
the lowest responsible bidder, or, if the Owner elects, upon
determination by the Owner and the Surety jointly of the lowest
I responsible bidder, arrange for a contract between such bidder and
Owner, and make available as Work progresses (even though there
should be a default or a succession of defaults under the
I
I
I
I Signed and sealed this
/,&
n7
day of
,.
I
~~
'5 - ~~
(Witness)
I
I
~~ ~,,!:.v
(Witness)
I
I
I
I S-1219/GEEF 10/99
Page 2 of 2
contract or contracts of completion arranged under this paragraph)
sufficient funds to pay the cost of completion less the balance of the
contract price; but not exceeding, including other costs and damages
for which the Surety may be liable hereunder, the amount set forth
in the first paragraph hereof. The term "balance of the contract
price," as used in this paragraph, shall mean the total amount
payable by Owner to Contractor under the Contract and any
amendments thereto, less the amount properly paid by Owner to
Contractor.
Any suit under this bond must be instituted before the
expiration of two (2) years from the date on which final payment
under the Contract falls due.
No right of action shall accrue on this bond to or for the use of
any person or corporation other than the Owner named herein or the
heirs, executors, administrators or successors of the Owner.
J,
""
, ZPO''7.
-,..
~ ,r
v'
-:.. \..
Blair Construction, Inc" PO Box:"'110, E~ans,
Georgia 30809/' ~ ....
~'
- (Seal)
(Principal)
(Title)
Western Surety Company, CNA Plaza, Chicago,
Illinois 60685
(Seal)
(Surety)
;B Li ~ L' <t:. ~,(.
Buck Leigh, Attorney-in act
(Title)
I
I
I .LABOR AND MATERIAL PAYMENT BOND
Conforms with The American Institute of Architects
A.I.A. Document No. A-311
Bond No, 586 62073
I
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE
OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT
I
KNOW ALL BY THESE PRESENTS: that Blair Construction, Inc., PO Box 770, Evans, Georgia 30809
(Here insert full name and address or legal title of Contractor)
I
I
as Principal, hereinafter called Principal, and, Western Surety Company, CNA Plaza. Chicaqo, Illinois 60685
(Here insert full name and address or legal title of Surety)
I
I
as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County Commission, 530 Greene St.,
Room 605, Augusta, GA 30911 (Here insert full name and address or legal title of Owner)
I
as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of One Million Two
I Hundred Ninety Seven Thousand Seven Hundred Eighteen and 53/100 - - - - - - - - - ~ Dollars ($ 1,297,718.53 ).
for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally, firmly by these presents.
I
I
WHEREAS,
Principal has by written agreement dated
entered into a contract
I with Owner for Horsepen Phase 2-A Sewer Collection System
(Here insert full name, address and description of project)
I
I in accordance with Drawings and Specifications prepared by
(Here insert full name and address or legal title of Architect)
I
I
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
I S-1220/GEEF 10/99
Page 1 of 2
I
LABOR AND MATERIAL PAYMENT BOND
586 62073
I NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter
defined, for all labor and material used or reasonably required for use in the perfonnance of the Contract, then this obligation shall be void; otherwise it shall
remain in full force and effect, subject, however. to the following conditions:
I
I. A claimant is defined as one having a direct contract with the
Principal or with a Subcontractor of the Principal for labor. material, or
I both, used or reasonably required for use in the performance of the
Contract, labor and material being construed to include that part of water,
gas, power, light, heat, oil, gasoline, telephone service or rental of
I equipment directly applicable to the Contract.
2, The above named Principal and Surety hereby jointly and
severally agree with the Owner that every claimant as herein defined, who
I has not been paid in full before the expiration of a period of ninety (90)
days after the date on which the last of such claimant's work or labor was
done or perfonned, or materials were furnished by such claimant. may sue
I on this bond for the use of such claimant. prosecute the suit to final
judgment for such sum or sums as may be justly due claimant. and have
execution thereon. The Owner shall not be liable for the payment of any
I costs or expenses of any such suit.
3. No suit or action shall be commenced hereunder by any claimant:
I a) Unless claimant, other than one having a direct contract with the
Principal, shall have given written notice to any two of the following: the
I Principal, the Owner, or the Surety above named, within ninety (90) days
after such claimant did or perfonned the last of the work or labor, or
furnished the last of the materials for which said claim is made. stating
with substantial accuracy the amount claimed and the name of the party to
I whom the materials
I Signed and sealed this
/7 7t!-
day of
ft?7
/'
I ~S.~~
(Witness)
I
I
I
~(j~A~~
(Witness)
I
I
I S-1220/GEEF 10/99
Page 2 of 2
were furnished, or for whom the work or labor was done or perfonned.
Such notice shall be served by mailing the same by registered mail or
certified mail, postage prepaid, in an envelope addressed to the Principal,
Owner or Surety, at any place where an office is regularly maintained for
the transaction of business, or served in any manner in which legal process
may be served in the state in which the aforesaid project is located, save
that such service need not be made by a public officer.
b) After the expiration of one (I) year following the date on which Principal
ceased Work on said Contract, it being understood, however, that if any
limitation embodied in this bond is prohibited by any law controlling the
construction hereof such limitation shall be deemed to be amended so as to
be equal to the minimum period of limitation pennitted by such law.
c) Other than in a state court of competent jurisdiction in and for the county
or other political subdivision of the state in which the Project, or any part
thereof, is situated, or in the United States District Court for the district in
which the Project, or any part thereof, is situated, and not elsewhere.
4. The amount of this bond shall be reduced by and to the extent of
any payment or payments made in good faith hereunder, inclusive of the
payment by Surety of mechanics' liens which may be filed of record against
said improvement, whether or not claim for the amount of such lien be
presented under and against this bond.
c
,
~'
, 2~<J.
~
~ l-
~- ;~
Blair Construction, Inc., PO Box 770, Ev~ns, ,
Georgia 30809 r"
(Seal)
(Principal)
- ~
?~~4fL / ,
V:"'" ?"'c/ck~
(Title)
Western Surety Company, CNA Plaza, Chicago,
Illinois 60685
(Seal)
(Surety)
BL.{ ,~ / ~~.L
Buck Leigh, Attorney-i act
(Title)
I
S""
, . #, if"'> 'r~',"'~,-~ '" "
I '" ~,.),~",:-..' ,ir.t~ ~ ~\
WE:^,~ tfJ I" ,..,1J.r
I
C:ompany
,A,li'li'OrJ\!TffNG XNl:JlnfJtr.mAl,,, A T'fOR.MEV ~lN~FAC'J('
l)OWm~ OF A'~"!f'(W;NKV
I
.......~Trp},1 '~i
.. M """ ""h~~~ )!>A'~.~(:!l1,~, Tho, ',,'J1:..:', :',.' "L
Know An" ' Nl ,':, , ..',
. . '.~ \ ..,,; -} f <:ikillY F:JH:\, and ~~:';'li:.
having it~ prin13l\lal oUk."- III 1"(,, L.I.) n "
1113ko." c.on~l.il".u1; anrl al1!,oini
: ",'T\' r:OMP ^ NY, n South DakotR ('.(\rp(ll'Ation, is II dll1y Ol'gllnlilled And e~i,SI:!lIg 1\<1~PQrll~,iOll
'.J I '\111'1'](' of rhr. gignlUlIr~ Al'ltl ~I:IM herem affix,I.rl heleby
(J','m!h ORkolfl, "IHl IhM II: I (t,~~ ,l:\, ,." .,
I
, , . iT z'"",,'i{;\"~'.1lU'II"r
'M' AVbng J:hnt'l' if e~"r.nn. ~.nHnh..', ,..,,.,1..,\\
Thomas. ,f'\\.,n ,w,.", II "...,,',.,1::<,.,. ..
I
I
. ", .. ," ", II 1lI'I\ori1" h",I.~tw eonf"rrod to sign, Rl.\Q,t Ilnd e:>t,<l~,l\ln fur end on il~ h~hh1fhondg.
11 r.. 1 A...trH"1"'~'(("}h.in,'fl:-le:1 'tVHh t.',. ,;,\\.;...~ Ml. f_. ,'..7 ..
of Colllmbi~, Se., il$ lrlll~ all( ,m,V,lI"" . <, .. "
undcrtBklngs alV! ol:!lcr obligMnry jl1~tnH11C,l"" (\'( ~,imi!il" nail:"
I
" !!HI 1; ji'!~l!na'irflhed Ai\i(Wllm~:& "
1 " ',< I o~ If "wi' i;I';"lll1~,t\t.~ were Rignccl h"l a duly 31lthol'lzed offic.el' ofthll COrllOflltiOlllllld ll.lltllCl\cts of said
and to hind it thl;:n1hv ~s fully and to I. Ie ~~",\{' CX!C1\ ,Q, ,,' " . .
1'0"'1'\ '1'1 tIle '11,'110I'ilu herl'"h',' phli~n, arc: hLWl'.hv r~1 i ,';u~ :~'ld (:(\11'.(11'111",(1,
AI:torncy, pn "N' ,," "" .' ,"'
I
, 1 I ' ^^ " II' .""11'0' '" :,:,.: hI' mJthoril'l oflhc BV-Lflw p.'inted on the I'el/el'lle hllreo'l: duly Adopted, as iwlk:at!!:d, by
Thl~ Po"_~'cr of AU:()rn~v tf'l n'~(C fll1l f_r...._llt,P..t ,,1 ~.') d J, .. ',/. .
the sharehold(,,:s of/he r..orpomtiOll,
I
KI! W!"IM'~~ Whereof, WESTERN ;.;n iPFTY CnMPfo.>:" !'~.': (.nltscd t.lle~,~ pr,,\~e,n1~ 10 he 9IJ51\1(\(I hy its Sell;()j' ViM PI.taldent Ilnd iis 1)(lj'!)OJ'JlI:e Sl'illt \0
be here,to affixed on lhis 231'11 Ilay ofMardl,Wn6,
I
I
I
\
J
S~
Slate, of SOllth Dakota
Connty of Mi.l1l1ch!llw
WEST~ERN SURETY COMPA:NY
...""''')
/~/ L '."",..~._,
~~~~, . .
.-..~-~....._--"_.--I--- .' -~......... __ __,..._",~..___"",I"'__~_.
Pmd' , .. mflf\t, St:nior Vjl:e PreRldellt
On this 2:1rd day of Mllrch, :W06, h"C~rc ""', 1'i:,rsn11111l~, """" ;IBid T Hrll{Jl\I, 1:1l 1111:\ knnwn" who, hein€; by me dUly sworn, did depo,~~ And ~Iay: that he
reside.s io the City of Sioux F!llk StAte, or Sm'lh D!lkllt!l: ihal I." i'; I!", ,'Senior Vice Presirl<-\nt of WEST8RN 3URBTV COMPANY .de.,q<;ll'iheiJ in alld which
e,xecutc.:1 the above il1~t.mi1'\l"'t; l1\al he IIIV,,"!; IbG ,~eaJ (\f :~:\,d ""iT\or;,!ion; I:hm tll<, M,,\I Mfixt;d \0 the said ,inilt1'lIll1l\\l11: is SUCJI corpomt.<: ~eaI; tbat it WIlS so
affixcd PUf9U!ll1t 10 authority given hI' t:h" Rnlll'l:l of Dis'cn,\,. '" 1" " ,~i\id (lOI'pOTiIf.ioll I.\nd l:hilt. lJ~ Si~lllild his nllme thL'1'f.,t;o pl~rgllllllt It I I ikr:: RlIthnrlt:!', !lI\1I
Ackl1owlcdge~ RlIllle to be t:he ReI. And deed of "!lid cMporMio'l
I, L Nr:15011, A~Si.~l>\I1I: 3cc...,~tllry or WLSTFRN SlfRr,'i /', ;c"q'ANY dn !11'fi'hy Ct'ltJ"" fllat thll POW/l" ^"ALLft h' 'b
' " ..,' l.v, " , , . '," '"...rll1i\:Y erama, 0\11.'. slit fNth js ,qtillln
fmet:., :and I1l1t\1/"f ccrtif:v thRl, Iht~ Hl'-Ln1A' (,f ill" ""'''PIH'nl:;')n 1l,'iUui ')11 the fClJe,f~c. Ill"'I"O'f i~ ~rill ' I force 1111' t;l h
' , 7'J'>'" , ...../7' If" ',. ,t::~ many w erc.cf J hAve: hLlreUfJi:<) $llb~CI'ib"d
my nallle R'lIl nffixp..(( ille .."" of 'ilL' <nil! """I"'''''OOll Ihis ,/",~.. , day of ..-,.......L.':L~)!:.___._,__, 2~..:> '/
/ ~_..
I
I
My commission el(pim~
t, ~~ "! . :,r'l. ~~ '~'."~':r...,'... ~.:,r';\'".,t,~.~..,,: ' '~~.f,\ ''':'11':1 ~.
t i.:!. !{!,\i::i,i" J
'~O-''''''''' ""'T"t'V.. 'I" ", /-,,,,-~,,, or
'~;, '\ ,,,,,,,,,,",,,'1,, ff!'11.!f"I,..",.~', '..,', ~
:,., ,~,"t~l, I (:JK"! In J r" '(""", ! "'\'1),). l,r
}. "".']' .....,.". ..'- ,I ~ '. }l~.J: ,'.,.:/,' .:.~'/j....,~..., ~
oj. ~/,', .\1".. ~t " t,':1 /0:; f".",~ '" ~..,. .".,... .". f .,.'.~. ..~...,. .",> r..,. ~~le':l ~
I
_ NO~l)1bf.1r lQ,2QQ2...__
I
1: ::€7.n'T!lIfICATt
I
'::'f'"
~~~~;J:
I
Form F4~AO.Ol..02
I
,{~ '
. ---_.,---.._--~,.-. "--
--.--.......
WESTERN SURETY COMPANY
----~" .~
' ' - "'r... NC/S(l/'i, ;\;;;1suiiirsc(:/,ClIl1Y
I
ACORD
TM
CERTIFICATE OF LIABILITY INSURANCE
DA TE (MM/DDIYYYY)
I
PRODUCER (770) 246-8300 FAX (770) 246-8301
Sutter, McLellan & Gilbreath, Inc.
1424 North Brown Road
Suite 300
Lawrenceville, GA 30043-8107
INSURED Blair Construction, Inc.and Evans Grading
& Paving, LLC and Southern Asphalt, LLC
P. O. Box 770
Evans, GA 30809
05/12/2009
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
I
INSURERS AFFORDING COVERAGE
INSURER A: National Trust Insurance
INSURER B: FCCI Insurance Co.
INSURER C: Hanover Insurance CO,
INSURER D:
INSURER E:
NAIC#
I
COVERAGES
I
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
INSR ~DD' TYPE OF INSURANCE 6.PN~~~~g~, ~2~~7M~~~~ LIMITS
LTR Nsili POLICY NUM BER
, CPPOO04476 02/14/2009 02/14/2010 $ 1,000,00C
~NERAL LIABILITY EACH OCCURRENCE
X OMMERCIAL GENERAL LIABILITY PRE'MISES (Ea occurrence) $ 100,00C
f-- CLAIMS MADE [8] OCCUR 5,OOC
f-- MED EXP (Anyone person) $
A PERSONAL & ADV INJURY $ 1,000,00C
f--
X Explosion excluded GENERAL AGGREGATE $ 2,000,OOC
f--
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,00C
~ POLICY rxl ~~8i n LOC
~TOMOBILE LIABILITY CA 0005458 02/14/2009 02/14/2010 COMBINED SINGLE LIMIT
X (Ea accident), $ I,OOO,OOC
- ANY AUTO
- ALL OWNED AUTOS BODILY INJURY
$
SCHEDULED AUTOS (Per person)
A -
X HIRED AUTOS BODILY INJURY
- $
X NON-OWNED AUTOS (Per accident)
-
- PROPERTY DAMAGE $
(Per accident)
~RAGE LIABILITY AUTO ONLY - EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESS I UMBRELLA LIABILITY UMBOO02841 02/14/2009 02/14/2010 EACH OCCURRENCE $ 5,000,00C
=:KJ OCCUR D CLAIMS MADE AGGREGATE $ 5,OOO,00C
B $
~ DEDUCTIBLE $
X RETENTION $ lO,OOC $
WORKERS COMPENSATION ,OI0-WC08A-54981 02/14/2009 02/14/2010 X I TVO'R-1 W,WS I IUER-
AND EMPLOYERS' LIABILITY
Y/N OFFICERS INCLUDED 1,000,00C
A ANY PROPRIETORlPARTNERIEXECUTlVLJ E.L EACH ACCIDENT $
OFFICER/MEMBER EXCLUDED? E.L, DISEASE - EA EMPLOYEE I,OOO,OOC
(Mandatory in NH) $
~~~Mt1R~0jS?6'NS below E.L DISEASE - POLICY LIMIT $ 1,000,00C
OTHER IHA4999540 02/14/2009 02/14/2010 $310,000 anyone item
Leased & Rented
C quipment $500,000 policy limit
~ESCRtPTION OF OPERATIONS / LOCA nONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
roj: Horsepen Phase 2 -A Sewer Collection System, Contract Amount $1,297,718.53
CERTIFICATE HOLDER
CANCELLATION
I
I
I
I
I
I
I
I
I
I
I
I
Augusta GA Commission
Room 60S, Municipal Building
August, GA 30911
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN
NonCE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLlGA nON OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENT A nVES.
AUlliORIZED REPRESENTATIVE
~.A: C ~.,
I
ACORD 25 (2009/01)
Mark Ja nes CSP/LINDAM
@ 1988-2009 ACORD CORPORATION.
The ACORD name and logo are registered marks of ACORD
All rights reserved.
I
I
I
I
IMPORTANT
I
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s),
I
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s),
I
DISCLAIMER
I
This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized
representative or producer, and the certificate holder, nor does it affirmatively or negatively amend,
extend or alter the coverage afforded by the policies listed thereon,
I
I
I
I
I
I
I
I
I
I
I
ACORD 25 (2009/01)
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GENERAL CONDITIONS
ARTICLE I--DEFINITIONS
Wherever used in these General Conditions or in the other Contract Documents the following terms have the
meanings indicated which are applicable to both the singular and plural thereof:
Addenda-Any changes, revisions of clarifications of the Contract Documents which have been duly issued by
COUNTY to prospective Bidders prior to the time of opening of Bids.
Agreement-The written agreement between OWNER and CONTRACTOR covering the Work to be
performed: other Contract Documents are attached to the Agreement and made a part thereof as provided
therein.
Application for Payment-The form accepted by PROFESSIONAL which is to be used by CONTRACTOR in
requesting progress or final payments and which is to include such supporting documentation as is required '
by the Contract Documents.
Bid-The offer or proposal of the bidder submitted on the prescribed form setting forth the price(s) for the Work
to be performed.
Bonds-Bid, performance and payment bonds and other instruments of security furnished by CONTRACTOR
and its Surety in accordance with the Contract Documents.
Change Order--A document recommended by PROFESSIONAL, which is signed by CONTRACTOR and
OWNER and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price
or the Contract Time, issued on or after the Effective Date of the Agreement.
Contract Documents-The Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's
Bid (including documentation accompanying the Bid and any post-Bid documentation submitted prior to the
Notice of Award) when attached as an exhibit to the Agreement, the Bonds, these General Conditions, the
Sup.plementary Conditions, the Plans, Specifications and the Drawings as the same are more specifically
identified in the Agreement, Certificates of Insurance, Notice of Award, and Change Order duly delivered after
execution of Contract, together with all amendments, modifications and supplements issued pursuant to
paragraphs 3.4 and 3.5 or after the Effective Date of the Agreement. '
Contract Price-The moneys payable by OWNER to CONTRACTOR under the Contract Documents as stated
in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work).
Contract Time-The number of days (computed as provided in paragraph 17.2) or the date stated in the
Agreement for the completion of the Work.
CONTRACTOR-The person, firm or corporation with whom OWNER has entered into the Agreement.
COUNTY-Richmond County, Georgia, or Augusta, Georgia, political subdivisions of the State of Georgia, the
Augusta-Richmond County Commission, and its authorized designees, agents, or employees. '
Dew-Either a working day or calendar day as specified in the bid documents. If a calendar day shall fall on a
le!~al holiday that day will be omitted from the computation, Legal Holidays: New Year's Day, Martin Luther
King Day, Memorial Day, 4th of July, Labor Day, Veterans Day, Thanksgiving Day and the following Friday,
and Christmas Day.
Defective-An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or
deficient, or does not conform to the Contract Documents, or does not meet the requirements of any
~1<:"iZ030Z\Admin\SpeiS~FronttndlFiChti:jftf'~ait\0er\i:WLGENC6Nrr;oot' --..",
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-1---- -------
-
Subcontractor-An individual, firm or corporation having a direct contract with CONTRACTOR or with any other
SUBCONTRACTOR for the performance of a part of the Work at the site.
Substantial Completion-The Work (or a specified part thereof) has progressed to the point where, in the
opinion of PROFESSIONAL as evidenced by PROFESSIONAL's definitive certificate of Substantial
Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or
specified part) can be used for the purposes for which it is intended, or if there be no such certificate issued,
when final payment is due in accordance with paragraph 14.13. The terms "substantially complete" and
"substantially completed" as applied to any Work refer to Substantial Completion thereof.
Supplementary Conditions-The part of the Contract Documents which amends or supplements these General
Conditions.
Supplier-A manufacturer, fabricator, supplier; distributor, materialman or vendor.
Underground Facilities-All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other
such facilities or attachments, and any encasement containing such facilities which have been installed
underground to furnish any of the following services or materials, electricity, gases, steam, liquid petroleum
products, telephone or other communications, cable television, sewage and drainage removal, traffic or other
control systems or water.
Unit Price Work-Work to be paid for on the basis of unit prices.
Work-The entire completed construction or the various separately identifiable parts thereof required to be
furnished under the Contract Documents. Work is the result of performing services; furnishing labor and
furnishing and incorporating materials and equipment into the construction, and furnishing documents, all as
required by the Contract Documents. : ~," '
.' ~,.' j ; .' .
Work Directive Change-A written directive to CONTRACTOR/issued on or after the Effective Date of the
Agreement and signed by OWNER and recommended by PROFESSIONAL, ordering an addition, deletion or
revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to
be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.22. A Work Directive
Change may not change the Contract Price or the Contract Time, but is evidence that the parties expect that
the change directed or documented by a Work Directive Change will be incorporated in a subsequently issued
Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract
Time as provided in Article 10.
Written - Amendment-A written amendment of the Contract Documents, signed by OWNER and
CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non-
engineering or nontechnical rather than strictly Work-related aspects of the Contract Documents.
3
K:\420:302\A(lm/n\specs\Specs-l-ront ~nd\l-ront ~M-=Reiiialnoen2002GENCONO:aOc --------------
I
I
I
I
I
I
I
I
,I
, .,;
I
I'
I
I
I
I
I
I
I
-1---
CONTRACTOR is required to purchase and maintain in accordance with Article 5.
I
Pre-construction Conference:
I
2.8. Before any Work at the site is started, a conference attended by CONTRACTOR, Project
Manager, Professional and others as appropriate will be held to establish a working understanding among the
parties as to the Work and to discuss the schedules referred to in 2.6, procedures for handling Shop Drawings
and other submittals, processing applications for payment and maintaining required records.
I
Finalizing Schedules: !
2.9. At least ten days before submission of the first Application for Payment a conference attended by
CONTRACTOR, PROFESSIONAL and Project Manager and others as appropriate will be held to finalize the
schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall have an additional ten (10)
calendar days to make corrections and adjustments and to complete and resubmit the schedules. No
progress payment shall be made to CONTRACTOR until the schedules are submitted to and acceptable to
Project Manager and PROFESSIONAL as provided below. The finalized progress schedule will be
acceptable to Project Manager and PROFESSIONAL as providing an orderly progression of the Work to
completion within any specified Milestones and the Contract Time, but such acceptance will neither impose
on PROFESSIONAL responsibility for the sequencing, scheduling or progress of the Work nor interfere with
or relieve CONTRACTOR from full responsibility therefore, The finalized schedule of Shop Drawing
, submissions and Sample I submissions will be acceptable to PROFESSIONAL as providing a workable
arrangement for reviewing and processing the submissions. CONTRACTOR's schedule of values shall be
approved by PROFESSIONAL as to form and substance.
I
CONTRACTOR, i\J addition to preparing an initially acceptable schedule, shall be responsible for
maintaining the schedule, including updating schedule. Schedule updates shall include progression of work
as compared to scheduled progress on work. Schedule updates shall accompany each pay request.
I
,5
- - - -K\420302~~min\SPfCS\Specs-Fronll'iia\FroiirFn'i,Rem",-;;a:ir\2002GENc6iID:d5c-------- ----,,------=--
;~~'(~~..:.~.'.,fddi..
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
'I
I
Change Order or a Written Amendment.
3.7. In addition, the requirements of the Contract Documents may be supplemented, and minor
variations and deviations in the Work may be authorized, in one or more of the following ways:
3.7.1. A Field Order (pursuant to paragraph 9.5).
3.7.2, PROFESSIONAL's approval of a Shop Drawing or sample (pursuant to paragraphs 6.24 and
6.26), or '
3.7.3. PROFESSIONAL's written interpretation or certification (pursuant to paragraph 9.4).
Reuse of documents:
3.8. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization
performing or furnishing any of the Work under a direct or indirect contract with OWNER shall have or acquire
any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies oil any
thereof) prepared by or bearing the seal of PROFESSIONAL or PROFESSIONAL's consultant; and they shall
not reuse such Drawings, Specifications or other documents (or copies of any thereof) on extensions of the
Project or any other project without written consent of OWNER and PROFESSIONAL and specific written
verification or adaptation by PROFESSIONAL.
"J:':
7
. ...,. .-.-_.. "- "-
-------------..
'I
-
- . '-~1(;\420302\Admin\Specs\5PiiC5:fronTEnd\FmiifEilcI-Remainder\2002GENCOND~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract Documents
with respect to existing Underground Facilities at or contiguous to the site is based on information and data
furnished to OWNER or PROFESSIONAL by OWNERs of such Underground Facilities or by others. Unless it
is otherwise expressly provided in the Supplementary Conditions: '
4.3.1.1. OWNER and PROFESSIONAL shall not be responsible for the accuracy or completeness of
any such information or data: and
4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall
have full responsibility for reviewing and checking all such information and data for locating all, Underground
Facilities shown or indicated in the Contract Documents. for coordination of the Work with the OWNERs of
such Underground Facilities during construction. for the safety and protection thereof as provided in
paragraph 6.20 and repairing any damage thereto resulting from the Work, the cost of all of which will be
considered as having been included in the Contract Price.
4.3.2. Not Shown or Indicated. If an Underground Facility is uncovered or revealed at or contiguous
to the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not
reasonably have been expected to be aware of, CONTRACTOR shall, promptly after becoming aware thereof
and before performing any Work affected thereby except in an emergency as permitted by paragraph 6.22),
identify the owner of such Underground Facility and give written notice thereof to that owner and to OWNER
and PROFESSIONAL. PROFESSIONAL will promptly review the Underground Facility to determine he
extent to which the Contract Documents should be modified to reflect and document the consequences of the
existence of the Underground Facility, and the Contract Documents will be amended or supplemented to the
extent necessary. During such time, CONTRACTOR shall be responsible for the safety and protection of
such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be allowed an increase in '
the Contract Price or an extension of the Contract Time, or both, to the extent that they are attributable to the
existence of any Underground Facility that was not shown or indicated in the Contract Documents and which
CONTRACTORcould not reasonably have been expected to be aware of. If the parties are unable to agree
as to the amount or length thereof, CONTRACTOR may make a claim therefore as provided in Articles'11
and 12.
Reference Points:
4.4. OWNER shall provide Engineering surveys to establish reference points for construction which in
PROFESSIONAL's judgment are necessary -to enable CONTRACTOR to proceed with the Work.
CONTRACTOR shall be responsible for layi!!9 out the Work (unless otherwise specified in the General
Requirements), shall protect and preserve the established reference points and shall make no changes or
relocations without the prior written approval of OWNER. CONTRACTOR shall report to PROFESSIONAL
whenever any reference point is lost or destroyed or requires relocation because of necessary changes in
grades or locations, and shall be responsible for the accurate replacement or relocation of such reference
points by professionally qualified personnel.
Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material:
4.5 COUNTY shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or
Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or
Specifications or identified in the Contract Documents to be within the scope of the Work and which may
present a substantial danger to persons or property exposed thereto in connection with the Work at the site.
COUNTY shall not be responsible for any such materials brought to the site by CONTRACTOR,
Subcontractor, Suppliers or anyone else for which CONTRACTOR is responsible.
4.6 CONTRACTOR shall immediately: (i) stop all work in connection with such hazardous condition
and in any area affected thereby (except in an emergency as required by 6.22), and (ii) notify OWNER and
9
mz0302~Tri'~'tnc~mafrl0ei\2002GENCOND:OoC '
I
I
I
I
I
I
I
I
I
I
I
I
I
I
--1--------- ---- ---- ---
I
I
I
I
-
ARTICLE 5-BONDS AND INSURANCE
Performance and Other Bonds:
5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal
to the Contract Price as Security for the faithful performance and payment of all CONTRACTOR's obligations
under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when
final payment becomes due, except as otherwise provided by Law or Regulation or by the Contract
Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary
Conditions. All Bonds shall be in the forms prescribed by Law or Reputation or by the Contract Documents
and be executed by such sureties as are named in the current list of "Companies Holding Certificates of
Authority as Acceptable Sureties on Federal Bonds, and as Acceptable Reinsuring Companies" as published
in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds
signed by an agent must be accompanied by, a certified copy of the authority to act.
Licensed Sureties and Insurers; Certificates of Insurance
5.2.1 All bonds and insurance required by the Contract Documents to be purchased and maintained
by CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Georgia to issue bonds or insurance policies for the limits and coverages so required. All
bonds signed by an agent must be accompanied by a certified copy of authority to act. Such surety and
insurance companies shall also meet such additional requirements and qualifications as may be provided in
the Supplementary Conditions.
5.2.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in
5.3, an original or a certified copy of the complete insurance policy for each policy required, certificates of
insurance (and other evidence of insurance, requested by OWNER or any other additional insured) which
CONTRACTOR is required to purchase and maintain in accordance with 5.3.
5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared a bankrupt or becomes
insolvent or its right to do business is terminated in any state where any part of the Project is located or it
ceases to meet the requirements of paragraph 5.1. CONTRACTOR shall within five days thereafter substitute
another Bond and Surety, both of which must be acceptable to OWNER.
CONTRACTOR's Liability Insurance:
5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and other
insurance as is appropriate for the Work being performed and furnished and as will provide protection from
claims set forth below which may arise out of or result from CONTRACTOR's performance and furnishing of
the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be
performed or furnished by CONTRACTOR, by any Subcontractor, by anyone directly or indirectly employed
by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable:
5.3,1. Claims under workers' or workmen's compensation. disability benefits and other similar
employee benefit acts;
5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of
CONTRACTOR's employees;
5.3.3. Claims for damages because of bodily injury, sickness or disease, or death of any person other
than CONTRACTOR's employees;
5.3.4. Claims for damages insured by personal injury liability coverage which are sustained (a) by any
11
--CK:\420302Viariiln~pecs\~~~;';~tt~d\~;;ti:ni:~~2OCi2GENtOii{)~
I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
1
I
I
1-
insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include
the interests of OWNER, CONTRACTOR, Subcontractors; PROFESSIONAL AND PROFESSIONAL's
consultants in the Work, all of whom shall be listed as insured or additional insured parties.
5.8. All the policies of insurance' (or the certificates or other evidence thereof) required to be
purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or
endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at
least thirty days prior written notice has been given to CONTRACTOR by certified mail and will contain waiver
provisions in accordance with paragraph of 5.11.2.
5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to
protect the Interests of CONTRACTOR, Subcontractors or others in the Work to the extent of any deductible
amounts that are provided in the Supplementary Conditions. The risk of loss within the deductible amount,
will be borne by CONTRACTOR, Subcontractor or others suffering any such loss and if any of them wishes
property insurance coverage within the limits of such amounts, each may purchase and maintain it at the
purchaser's own expense.
5.10. If CONTRACTOR requests in writing that other special insurance be included in the property
insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to
CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at
the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been
procured by OWNER.
Waiver of Rights:
5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and damages
caused by any of the perils covered by the policies of insurance provided in response to paragraphs 5.6 and
5.7 and other property insurance applicable, to the Work, and also waive all such rights against the
Subcontractors, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds in
such policies for losses and damages so caused. As required by paragraph 6.11, each subcontract between
CONTRACTOR and a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of
OWNER, CONTRACTOR, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as
insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the
proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued.
5.11.2. OWNER and CONTRACTOR intend that policies provided in response to paragraphs 5.6 and
5.7 shall protect all of the parties insured and provide primary coverage for all losses and damages caused by
the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event
of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named
as insureds additional insureds, and if the insurers require separate waiver forms to be signed by
PROFESSIONAL or PROFESSIONAL's consultant OWNER will obtain the same, and if such waiver forms
are required of any Subcontractor, CONTRACTOR will obtain the same.
Receipt and Application of Proceeds:
5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be
adjusted with OWNER and made payable to OWNER as trustee for the insureds, as their interests 'may
appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWNER shall
deposit in a separate account any money so received, and shall distribute it in accordance with such
agreement as the parties in interest may reach, If no other special agreement is reached the damaged Work
shall be repaired or replaced, the moneys so received applied on account thereof and the Work and the cost
thereof covered by an appropriate Change Order or Written Amendment.
Rec::eipt and Application of Insurance Proceeds
13
K:\420302\Admin\Specs\Specs.Front EndlFront End -Remainder\2002GENCOND.doc
I
I
connection with any alleged infringement of such rights.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
15
'I
. .,' ...~ >::
K:\420302IAdmin\Spees\Sp-ecs-Fronl Ena\Fronl End -Remainder\2002GENCOND.doc
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
substitution is permitted, materials or equipment of other Suppliers may be accepted by PROFESSIONAL if
sufficient information is submitted by CONTRACTOR to allow PROFESSIONAL to determine that the material
or equipment proposed is equivalent or equal to that named. The procedure for review by PROFESSIONAL
will include the following as supplemented in the General Requirements. Requests for review of substitute
items of material and equipment will not be accepted by PROFESSIONAL from anyone other than
CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment,
CONTRACTOR shall make written application to PROFESSIONAL for acceptance thereof, certifying that the
proposed substitute will perform adequately the functions and achieve the results called for by the general
design, be similar and of equal substance to that specified and be suited to the same use as that specified.
The application will state that the evaluation and acceptance of the proposed substitute will not prejudice
CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute
for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other
direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and
whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any
license fee or royalty. All variations of the proposed substitute from that specified will be identified in the
application and available maintenance, repair and replacement service will be indicated. The application will
also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such
substitlJte, including costs of redesign and claims of other contractors affected by the resulting change, all of
which shall be considered by PROFESSIONAL In evaluating the proposed substitute, PROFESSIONAL may
require CONTRACTOR to furnish at CONTRACTOR's expense additional data about the proposed substitute.
6.7.~. If a specific means, method, technique, sequence or procedure of construction is indicated in
or required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method,
sequence, technique or procedure of construction acceptable to PROFESSIONAL, if CONTRACTOR submits
sufficient information to allow PROFESSIONAL to determine that the substitute proposed is equivalent to that
indicated or required by the Contract Documents. The procedure for review by PROFESSIONAL will be
similar to that provided in paragraph 6.7.1 as applied by PROFESSIONAL and as may be supplemented in
the General Requirements.
6.7.3. PROFESSIONAL will be allowed a reasonable time within which to evaluate each proposed
substitute. PROFESSIONAL will be the sole judge of acceptability and no substitute will be ordered, installed
or utilized without PROFESSIONAL's prior written acceptance which will be evidenced by either a Change
Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR's
expense a special performance guarantee or other surety with respect to any substitute. PROFESSIONAL
will record time required by PROFESSIONAL an"d PROFESSIONAL's consultants in evaluating substitutions
proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby.
Whether or not PROFESSIONAL accepts a proposed substitute. CONTRACTOR shall reimburse OWNER
for the charges of PROFESSIONAL and PROFESSIONAL's consultants for evaluating each proposed
substitute.
Concerning Subcontractors, Suppliers and Others:
6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization
(including those acceptable to OWNER and PROFESSIONAL as indicated in paragraph 6.8.2). whether
initially or as a substitute, against whom OWNER or PROFESSIONAL may have reasonable objection.
CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization
to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection.
6.8.2. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers or
other persons or organizations including those who are to furnish the principal items of materials and
equipment} to be submitted to OWNER in advance of the specified date prior to the Effective Date of the
Agreement for, acceptance by OWNER and PROFESSIONAL and if CONTRACTOR has submitted a list
thereof in accordance with the Supplementary Conditions, OWNER's or PROFESSIONAL's acceptance
(either in writing or by falling to make written objection thereto by the date indicated for acceptance or
objection in the bidding documents or the Contract Documents} of any such Subcontractor, Supplier or other
person or organization so identified may be revoked on the basis of reasonable objection after due
17
K:\420302IAdmin\SpecslSpecs,Front End\Front End -Remainder\2002GENCOND.doc
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
should have known to be contrary to such laws, ordinances, rules, and regulations and without such notice to
the Project Manager, it shall bear all related costs.
Taxes:
6.15. CONTRACfOR shall pay all sales, consumer, use and other similar taxes required to be paid by
CONTRACfOR in accordance with the Laws and Regulations of the place of the Project which are applicable
during the performance of the Work,
Use of Premises:
6.16. CONTRACfOR shall confine construction equipment, the storage of materials and equipment
and the operations of workers to the Project site and land and areas identified in and permitted by the
Contract Documents and other land and areas permitted by Laws and Regulations, rights-of-way, permits and
easements, CONTRACfOR shall not unreasonably encumber the premises with construction equipment or
other materials or equipment. Any loss or damage to CONTRACfOR's or any Subcontractor's equipment is
solely at the risk of CONTRACfOR, CONTRACfOR shall assume full responsibility for any damage to any such
land or area, or to the owner or occupant thereof or of any land or areas contiguous thereto, resulting from
the performance of the Work, Should any claim be made against OWNER or PROFESSIONAL by any such
owner or occupant because of the performance of the Work, CONTRACfOR shall promptly attempt to settle
with such other party by agreement or otherwise resolve the claim by arbitration or at law. CONTRACfOR
shall to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER harmless from and
against all claims, damages, losses and expenses (including, but not limited to, fees of PROFESSIONALs,
architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or
consequentially out of any action, legal or equitable, brought by any such other party against OWNER to the
extent based on a claim arising out of CONTRACfOR's performance of the Work, ' , '
<)\:,..;-;. .'
6,17, During the progress of the Work, CONTRACfOR shall keep the premises free from
accumulations of waste materials, rubbish and other debris or contaminates resulting from the Work. At the
completion of the Work CONTRACfOR shall remove all waste materials, rubbish and debris from and about
the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials,
and shall leave the site clean and ready for occupancy by OWNER. CONTRACfOR shall restore to original
condition all property not designated for alteration by the Contract Documents.
6.18, CONTRACfOR shall not load nor permit any part of any structure to be loaded in any manner
that will endanger the structure, nor shall CONTRACfOR subject any pan of the Work or adjacent property to
stresses or pressures that will endanger them,
Record Documents:
6.19. Contractor shall keep at the site and in good order one record copy of the Contract Documents
and all Drawings and Specifications, These documents shall be annotated on a continuing basis to show all
changes made during the construction process, These shall b~ available to PROFESSIONAL and the Project
Manager and shall be submitted with the Application for Final Payment.
Safety and Protection:
6.20, CONTRACfOR shall be responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. CONTRACfOR shall assume allrisk of loss for stored
equipment or materials, irrespective of whether CONTRACfOR has transferred the title of the stored
equipment or materials to OWNER. CONTRACfOR shall take all necessary precautions for the safety of, and
shall provide the necessary protection to prevent damage, injury or joss to:
6.20.1. All employees on the Work and other persons and organizations who may be affected
19
1<:1420302IAdminISpecsISpecs-Front EndlFront End -Remainder\2002GENCOND,doc
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Emergencies:
6,22. In emergencies affecting the'safety or protection of persons or the Work or property at the site
or adjacent thereto, CONTRACTOR, without special instruction or authorization from PROFESSIONAL or
OWNER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give
PROFESSIONAL prompt written notice if CONTRACTOR believes that any significant changes in the Work or
variations from the Contract Documents have been caused thereby, If PROFESSIONAL determines that a
change In the Contract Documents is required because of the action taken in response to an emergency, a
Work Directive Change or Change Order be issued to document the consequences of the changes or
variations,
6.22.1. CONTRACTOR shall immediately notify PROFESSIONAL of all events involving personal
injuries to any person on the Site, whether or not such person was engaged in the construction of the
Project, and shall file a written report on such person(s) and any other event resulting in property damage of
any amount within five (5) days of the occurrence,
6,22.2. If PROFESSIONAL determines that a change in the Contract Documents is required because
of the action taken by CONTRACTOR in response to such an emergency, a Change Order will be issued to
document the consequences of such action. '
Shop Drawings and Samples:
6,23. After checking and verifying all field measurements, CONTRACTOR shall promptly submit to
PROFESSIONAL for approval, in accordance with the accepted schedule of submittals, all submittals and
, samples required by the Contract Documents, All submittals and samples shall have been checked by and
stamped with the approval of CONTRACTOR and identified as PROFESSIONAL may require. The data shown -
on or with the submittals will be complete with respect to dimensions, design criteria, materials and any other
information necessary to enable PROFESSIONAL to review the submittal as required, At the time of each
submission, CONTRACTOR shall give notice to PROFESSIONAL of all deviations that the submittal or sample'
may have from the requirements of the Contract Documents,
6,24, PROFESSIONAL shall review and approve submittals and samples. Professional's review and
approval shall be only for conformance with the design concept of the Project and compliance with the
information given in the Contract Documents, The approval of a separate item as such will not indicate
approval of the assembly in which the item functions. CONTRACTOR will make any corrections required by
PROFESSIONAL and resubmit the required number of corrected copies until approved. CONTRACTOR's
stamp of approval on any submittal or sample shall constitute its representation to PROFESSIONAL and
County that CONTRACTOR has determined and verified all quantities, dimensions, field construction criteria,
materials, catalog numbers, and similar data, and that each submittal or sample has been reviewed or
coordinated with the requirements of the Work and the Contract Documents.
6.24.1. No Work requiring a submittal or sample submission shall commence until the submission
has been approved by PROFESSIONAL. A copy of each approved submittal and each approved sample shall
be kept in good order by CONTRACTOR at the site and shall be available to PROFESSIONAL and County staff.
Any delays associated with the submittal process will be considered for time extensions only, and no
damages or additional compensation for delay will be allowed.
6.25.1. Before submission of each Shop Drawing or sample CONTRACTOR shall have determined and
verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog
numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample
with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents.
6,25,2. At the time of each submission, CONTRACTOR shall give PROFESSIONAL specific written
notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract
21
K:\420302\Admin\Specs\Specs-Front End\Front End -Remainder\2002GENCOND,doc
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
charges of PROFESSIONAls, architects, attorneys and other PROFESSIONAls and court and arbitration costs)
arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or
expense (a)is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible
property (other than the Work itself) including the loss of use resulting therefrom and (b) is caused in Whole
or in pan by any negligent act or omission of CONTRACTOR, any Subcontractor, any person or organization
directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose
acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified
hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party.
6.33. In any and all claims against OWNER or PROFESSIONAL or any of their consultants, agents or
employees by any employee of CONTRACTOR, any Subcontractor, any person or organization directly or
indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of
them may be liable, the indemnification obligation under paragraph 6.32 shall not be limited in any way by
any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR
or any such Subcontractor or other person or organization under workers' or workmen's compensation acts.
disability benefit acts or other employee benefit acts.
6.34. The obligations of CONTRACTOR under paragraph 6.32 shall not extend to the liability of
PROFESSIONAL, PROFESSIONAL's consultants, agents or employees arising out of the preparation or
approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications.
23
K:\420302IAdminISpecs\Specs-Front End\Front End -Remainder\2002GENCOND.doc
I
I
I
I
I
I
I
I
I
I
I
I
'I
I
I
I
"I
I
I
ARTICLE 8---0WNER'S RESPONSIBILITIES
8.1. Except as otherwise provided in. these General Conditions, COUNTY shall issue all
communications to CONTRACTOR through the Project Manager or PROFESSIONAL.
8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall appoint a
PROFESSIONAL against whom CONTRACTOR makes no reasonable objection, whose status under the
Contract Documents shall be that of the former PROFESSIONAL. Any dispute in connection with such
appointment shall be subject to arbitration.
8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and
shall make payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and
14.13.
8.4. OWNER's duties in respect of providing lands and easements and providing Engineering surveys
to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's
identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface
conditions at the site and in existing structures which have been utilized by PROFESSIONAL in preparing the
Drawings and Specifications.
8.5. OWNER's' responsibilities in respect of purchasing and maintaining liability and property
insurance are set forth in paragraphs 5.5 through 5.8.
8.6. OWNER is obligated to execute Change Orders as indicate~ in paragraph 10.3.
8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in
paragraph 13.4.
8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and
15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain
circumstances.
25
K:1420302\AdminISpecs\Specs-Front End\Front End -RemainderI2002GENCOND.doc
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Rejecting Defective Work:
9.6. PROFESSIONAL will have authority to disapprove or reject Work which PROFESSIONAL believes
to be defective, and will also have authority to require special inspection or testing of the Work as provided in
paragraph 13.9, whether or not the Work is fabricated, installed or completed.
Shop Drawings, Change Orders and Payments:
9.7. In connection with PROFESSIONAL's responsibility for Shop Drawings and samples, see
paragraphs 6.23 through 6.29 inclusive.
9.8. In connection with PROFESSIONAL's responsibilities as to Change Orders, see Articles 10, 11
and 12.
9.9. In connection with PROFESSIONAL's responsibilities in respect of Applications for Payment, etc.,
see Article 14.
Determinations for Unit Prices:
9.10. PROFESSIONAL will determine the actual quantities and classifications of Unit Price Work
performed by CONTRACTOR. PROFESSIONAL will review with CONTRACTOR PROFESSIONAL's preliminary
determinations on such matters before rendering a whiten decision thereon (by recommendation of an
Application for Payment or otherwise). PROFESSIONAL's written decisions thereon will be final and binding
upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either OWNER
or CONTRACTOR delivers to the other party to the Agreement and to PROFESSIONAL whiten notice of
intention to appeal from such a decision.
Decisions on Disputes:
9.11. PROFESSIONAL will be the initial interpreter of the requirements of the Contract Documents
and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the
acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to
the performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes m the
Contract Price or Contract Time will be referred initially to PROFESSIONAL in writing with a request for a
formal decision in accordance with this paragraph, which PROFESSIONAL will render in writing within a
reasonable time, Written notice of each such claim, dispute and other matter will be delivered by the claimant
to PROFESSIONAL and the other party to the Agreement promptly (but in no event later than thirty days after
the occurrence of the event giving rise thereto, and written supporting data will be submitted to
PROFESSIONAL and the other party within sixty days after such occurrence unless PROFESSIONAL allows an
additional period of time to ascertain more accurate data in support of the claim.
9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, PROFESSIONAL
will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any
interpretation or decision rendered in good faith in such capacity. The rendering of a decision by
PROFESSIONAL pursuant to paragraphs 9.10 and 9.11 with respect to any such claim, dispute or other
matter (except any which have been waived by the making or acceptance of final payment as provided in
paragraph 14.16) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or
remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect
of any such claim, dispute or other matter.
Limitations on PROFESSIONAL 's Responsibilities:
27
K:\420302\Admin\SpecsISpecs-Front EndlFront En'd CRemainder\2002GENCOND.doc
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ARTICLE 10--CHANGES IN THE WORK
10.1. Without invalidating the Contract, OWNER may at any time or from time to time order
additions, deletions, or revisions in the Work. The Project Manager shall provide CONTRACTOR with a
proposal request, identifying the Work to be added, deleted or revised. Upon receipt, CONTRACTOR shall
promptly submit a written proposal for the changed work prepared in accordance with Articles 11 and 12. If
, the proposal request calls only for the deletion of Work, the Project Manager may order the partial
suspension of any Work related to the proposed deletion, in which case CONTRACTOR must cease
performance as directed; CONTRACTOR shall not be entitled to claim lost profits on deleted work. All
changed Work shall be executed under the applicable conditions of the Contract Documents.
10.2. Additional Work performed by CONTRACTOR without authorization of a Change Order will not
entitle CONTRACTOR to an increase in the Contract Price or an extension of the Contract Time, except in the
case of an emergency as provided in Article 7. The effect of this paragraph shall remain paramount and shall
prevail irrespective of any conflicting provisions contained in these Contract Documents.
10.3. Upon agreement as to changes in the Work to be performed, Work, performed in an
emergency as provided in Article 6, and any other claim of CONTRACTOR for a change in the Contract Time
or the Contract Price, PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL
and CONTRACTOR and submitted to OWNER for approval.
10.4. In the absence of an agreement as provided in 11.1.3, OWNER may, at its sole discretion issue
a Work Directive Change to CONTRACTOR. Pricing of the Work Directive Change willl?e in accordance with
Section 12.1.3. The Work Directive Change will specify a price, and if applicable a time extension,
determined to be reasonable by OWNER. If CONTRACTOR fails to sign such Work D'irective Change,
CONTRACTOR may submit a claim in accordance with Articles 11 ,and 12, but CONTRACTOR shall
nevertheless be obligated to fully perform the work as directed by the Construction Change Directive.
10.5. CONTRACTOR shall proceed diligently with performance of the Work as directed by~ OWNER,
regardless of pending claim actions, unless otherwise agreed to in writing.
10.6. If notice of any change affecting the general scope of the Work or the provisions of the
Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the
provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's
responsibility, and the amount of each applicable Bond will be adjusted accordingly.
29
K:\420302\Admin\SpecsISpecs-Front EndlFront End -RemainderI2002GENCOND.doc
I
I
I
I
I
I
I
I
I ?, .~' ,
'''-
:1 .... .' .
I
I
I
I
I
I
-l-
I
-1---
within the specification tolerances shall result in: reconstruction to acceptable tolerances at no additional
costs to OWNER; acceptance at no pay; or acceptance at reduced final pay quantity or reduced unit price, all
at the discretion of OWNER. Determinations of aggregate monetary change for items identified as lump sum
quantities shall be made by OWNER based upon an analysis of the scope of CONTRACTOR's failure to
construct to plan or authorized dimensions.
Cost of the Work:
. 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by
CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by
OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall
include only the following items and shall not include any of the costs itemized in paragraph 11.5:
11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the
Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Payroll costs for
employees not employed full time on the Work shall be apportioned on the basis of their time spent on the
Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits
which shall include social security contributions, unemployment, excise and payroll taxes, workers' or
workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay
applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of
performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the
above to the extent authorized by OWNER.
11.4.2. Cost of all materials and equipment furnished and incorporated ,in the Work, including costs
of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash
. discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to
make payments, in which case the cash discounts shall accrue to OWNER. Trade discounts, rebates and
refunds and all returns from sale of surplus materials and equipment shall accrue to OWNER, and
CONTRACTOR shall make provisions so that they may be obtained.
11.4.3. Payments made by, CONTRACTOR to the Subcontractors for Work performed by
Subcontractors. If required by OWNER. CONTRACTOR shall obtain competitive bids from Subcontractors
acceptable to CONTRACTOR and shall deliver such bids to OWNER who then determine, with the advice of
PROFESSIONAL, which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid
on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of th~ Work shall be determined in the
same manner as CONTRACTOR's Cost of the Work. All subcontracts shall be subject to the other provisions
of the Contract Documents insofar as applicable.
11.4.4. Costs of special consultants (including but not limited to PROFESSIONAL's architects, testing
laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work.
11.4.5. Supplemental costs including the following:
11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of
CONTRACTOR's employees incurred in discharge of duties connected with the Work.
11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment,
machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers,
which are consumed in the performance of the Work, and cost less market value of such items used but not
consumed which remain the property of CONTRACTOR.
- - _u -- - -11.4.5.3. Rentals of all construction equipment-and.machineryand-the pans-thereofw hether renteEl.---
from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of
PROFESSIONAL, and the costs of transportation, loading, unloading, installation, dismantling and removal
31
K:\420302\ADnlm\specs~:F'rOnrfnd\Fronftnif:R..ornamcfen2002GENCONO:aoc
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
damage to property.
11.5.6. Other overhead or general expense costs of any kind and the costs of any item not
specifically and expressly included in paragraph 11.4.
CONTRACTOR's Fee:
11.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be determined as
follows: '
11.6.1. A mutually acceptable fixed fee; or if none can be agreed upon.
11.6.2. A fee based on the following percentages of the various portions or' the Cost of the Work:
11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, CONTRACTOR's Fee shall be fifteen
percent:
11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee shall five percent; and if a
subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRACTOR on
account of overhead and profit of all Subcontractors shall be fifteen percent:
11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and
11.3:
. c'p,:: 11;6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which
results,:in a net decrease in cost will be the amount of the actual net decrease plus a deduction in
CONTRACfOR's Fee by an amount equal to ten percent of the net decrease: and
11.6.2.5. when both additions and credits are involved in anyone change, the adjustment in
CONTRACTOR's Fee shall be computed on the basis of the net change in accordance with paragraphs
11.6.2.1 through 11.6.2.4, inclusive.
11.7. For all changes, CONTRACTOR shall submit an itemized cost breakdown, together with
supporting data in such detail and form as prescribed by the Project Manager. When a credit is due, the
amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net
decrease in cost will be the amount of the actual net decrease in direct cost as determined by the Project
Manager, plus the applicable reduction in overhead and profit. When both additions and credits are involved
in any change, the combined overhead and profit shall be calculated on the basis of the next change,'
whether an increase or decrease. In any event, the minimum detail shall be an itemization of all man-hours
required by discipline/trade with the unit cost per man-hour and total labor price, labor burden, equipment
hours and rate for each piece of equipment, material by units of measure and price per unit, other costs
specifically itemized, plus the overhead and profit markup. -
Cash Allowances:
11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named
in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or
Suppliers and for such sums within the limit of the allowances as may be acceptable to PROFESSIONAL,
CONTRACTOR agrees that:
33
K:1420302\AdminISpecs\Specs-Front EndlFront End -RemainderI2002GENCOND.doc
I
I
I
I
I
I
I
I
,I
I
I
I
I
I
I
I
I
I
I
ARTICLE 12--CHANGE OF CONTRACT TIME
12.1. The Contract Time may only be changed by a Change Order. Any request for an extension in
the Contract Time shall be made in writing and delivered to PROFESSIONAL and Project Manager within
seven (7) calendar days of the occurrence first happening and resulting in the claim. Written supporting data
will be submitted to PROFESSIONAL and Project Manager within fifteen (15) calendar days after s'uch
occurrence unless the Project Manager allows additional time. All claims submitted by CONTRACTOR for
adjustments to the Contract Time must set forth in detail the reasons for and causes of the delay and clearly
indicate why the subject delay was beyond CONTRACTOR's control or fault.
12.2. If CONTRACTOR is delayed at any time in the performance, progress, commencement, or
completion of the Work by any act or neglect of OWNER or PROFESSIONAL, or by an employee of either, or
by any separate CONTRACTOR employed by OWNER, or by changes ordered in the Work, or by labor
disputes, fire, unavoidable casualties, utility conflicts which could not have been identified or foreseen by
CONTRACTOR using reasonable diligence, or any causes beyond CONTRACTOR's control or fault, then the
Contract Time shall be extended by Change Order for such reasonable time as OWNER may determine.
CONTRACTOR shall be entitled to an extension of time for such causes only for the number of days of delay
which OWNER may determine to be due solely to such causes and only to the extent such occurrences
actually delay the completion of the Work and then only if CONTRACTOR shall have strictly complied with all
the requirements of the Contract Documents. Provided, however, notwithstanding anything in the Contract
Documents to the contrary, no interruption, interference, inefficiency, suspension or delay in the
performance, progress, commencement or completion of the Work for any cause whatsoever, including those
for which OWNER or PROFESSIONAL may be responsible in whole or in part, shall relieve CONTRACTOR of its
duty to perform or give rise to any right to damages or additional compensation from OWNER.;
CONTRACTOR's 'sole and exclusive remedy against OWNER for interruption, interference, inefficiency,
suspension or delay ofany aspect of the Work shall be the right to seek an extension to the Contract Time in'
accordancewiththe procedures set forth herein.
; ~
35
K:1420302\AdminISpecsISpecs-Front EndlFront End -Remainder\2002GENCOND.doc
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Uncovering Work:
13.8. If any Work required to be inspected, tested or approved is covered prior thereto without the
prior written approval of PROFESSIONAL, or if any Work is covered contrary to the request of
PROFESSIONAL, the Work shall, if requested by PROFESSIONAL, be uncovered for observation, inspection,
testing or approval and replaced at CONTRACTOR's expense.
13.9. If PROFESSIONAL considers it necessary or advisable that covered Work be observed by
PROFESSIONAL or inspected or tested by others. CONTRACTOR, at PROFESSIONAL's request, shall uncover,
expose or otherwise make available for observation, inspection or testing as PROFESSIONAL may require,
that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found
that such Work is defective, CONTRACTOR shall bear all direct, and consequential costs of such uncovering, -
exposure, observation, inspection and testing and of satisfactory reconstruction, (including but not limited to
fees and charges of PROFESSIONAls, architects, attorneys and other PROFESSIONAls), and OWNER shall be
entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the
amount thereof, may make a claim therefore as provided in Article 11. If, however, such Work is not found to
be defective, CONTRACTOR shall be allowed an increase in the Contract Price, or an extension of the
Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing
and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, CONTRACfOR
may make a claim therefore as provided in Articles 11 and 12.
Owner May Stop the Work:
13.10. When Work is defective or when CONTRACTOR fails to supply sufficient skilled workmen or
suitable materials or equipment, or make prompt payments to Subcontractors for labor, materials, or
equipment,' or if CONTRACTOR violates any provisions of these Contract Documents, OWNER may order
CONTRACTOR to stop the Work until the cause for such order has been eliminated. However, this right of
OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the
benefit of CONTRACTOR or any other party. CONTRACTOR shallchave no right to claim an increase in the
Contract Price or Contract Time or other damages for a stop work order under this paragraph.
Correction or Removal of Defective Work:
13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost to OWNER and
as specified by PROFESSIONAL, either correct the defective Work whether fabricated, installed, or completed,
or remove it from the site and replace it with non defective Work. If CONTRACTOR does not correct such
defective Work or remove and replace such defective Work within a reasonable time, all as specified in a
written notice from PROFESSIONAL, OWNER may have the deficiency corrected. All direct and indirect costs
of such correction shall be paid by CONTRACTOR or deducted from payment to CONTRACTOR.
CONTRACTOR will also bear the expense of correcting or removing and replacing all Work of others destroyed
or damaged by the correction,. removal, or replacement of the defective Work.
37
K:1420302IAdmin\Specs\Specs-Front EndlFront End -Remainder\2002GENCOND.doc
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Neglected Work by CONTRACTOR
13.15. If CONTRACTOR neglects to execute the Work in accordance with the Contract Documents,
including any requirements of the progress schedule, PROFESSIONAL may direct CONTRACTOR to submit a
recovery plan and take specific corrective actions including, but not limited to, employing additional workmen,
and/or equipment, and working extended hours and additional days, all at no cost to OWNER in order to put
the Work back on schedule. If CONTRACTOR fails to correct the deficiency or take appropriate corrective
action, OWNER may terminate the contract or CONTRACTOR's right to proceed with that portion of Work and
have the Work done by others. The cost of completion under such procedure shall be charged against
CONTRACTOR. A Change Order shall be issued incorporating the necessary revisions in the Contract
Documents, including an appropriate reduction in the Contract Price. If the payments due CONTRACTOR are
not sufficient to cover such amount, CONTRACTOR shall pay the difference to OWNER.
13.16. Should CONTRACTOR work overtime, weekends or holidays to regain the schedule, all costs
to OWNER of associated inspection, construction management and resident PROFESSIONAls shall be
identified to CONTRACTOR and the Contract Price reduced by a like amount via Change Order.
39
K:1420302\AdminISpecs\Specs-Front End\Front End -RemainderI2002GENCOND.doc
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
responsibilities specifically assigned to PROFESSIONAL in the Contract Documents or that there may not be
other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by
OWNER or OWNER to withhold payment to CONTRACTOR.
14.6. PROFESSIONAL's recommendation of final payment will constitute an additional representation
by PROFESSIONAL to OWNER that the conditions precedent to CONTRACTOR's being entitled to final
payment as set forth in paragraph 14.13 have been fulfilled. .
14.7. PROFESSIONAL may refuse to recommend the whole or any part of any payment if, in
PROFESSIONAL's opinion, it would be incorrect to make 5!uch representations to OWNER. PROFESSIONAL
may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the
results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent
as may be necessary in PROFESSIONAL's opinion to protect OWNER from loss because:
14.7.1. the Work is defective, or completed Work has been damaged requiring correction or
replacement.
14.7.2. the Contract Price has been reduced by W~itten Amendment or Change Order.
14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with
paragraph 13.14. or
14.7.4. of PROFESSIONAL's actual knowledge of the occurrence of any of the events enumerated in
paragraphs 15.2.1 through 15.2.9 inclusive.
OWNER may refuse to make payment of the full amount recommended by PROFESSIONAL because claims
have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work or
Liens have been filed in connection with the Work or there are other items entitling OWNER to a set-off
against the amount recommended, but OWNER must give CONTRACTOR immediate written notice (with a
copy to PROFESSIONAL) stating the reasons for such action.
Substantial Completion:
14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall
notify OWNER and PROFESSIONAL in writing that the entire Work is substantially complete (except for items
specifically listed by CONTRACTOR as incomplete) and request that PROFESSIONAL issue a certificate of
Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL
shall make an inspection of the Work to determine the status of completion. If PROFESSIONAL does not
consider the Work substantially complete, PROFESSIONAL will notify CONTRACTOR in writing giving the
reasons therefore. If PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will prepare
and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial
Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected
before final payment. OWNER shall have seven days after receipt of the tentative certificate during which to
make written objection to PROFESSIONAL as to any provisions of the certificate or attached list. If, after
considering such objections. 'PROFESSIONAL concludes that the Work is not substantially complete,
PROFESSIONAL will within fourteen days after submission of the tentative certificate to OWNER. notify
CONTRACTOR in writing. stating the reasons therefore. If, after consideration of OWNER's objections,
PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will within said fourteen days
execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a
revised tentative list of items to be completed or corrected) reflecting such changes from the tentative
certificate as PROFESSIONAL believes justified after consideration of any objections from OWNER. At the
time of delivery of the tentative certificate of Substantial Completion PROFESSIONAL will deliver to OWNER
41
K:1420302\Admin\SpecsISpecs-Front EndlFront End -RemainderI2002GENCOND,doc
1
I
1
I
I
1
1
1
',1
"I"
'1
1
1
1
1
I
I
I
1
14.10.4. OWNER, may at its discretion, reduce the amount of retainage subject to Beneficial
Occupancy.
Final Inspection:
14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is
complete, PROFESSIONAL will make a final inspection with OWNER and CONTRACTOR and will notify
CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or
defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such
deficiencies.
Final Application for Payment:
14.12. After CONTRACTOR has completed all such corrections to the satisfaction of PROFESSIONAL
and OWNER and delivered in accordance with the Contract Documents all maintenance and operating
instructions, schedules, guarantees, bonds, certificates or other evidence of insurance required by 5.2,
certificates of inspection, marked-up record documents and other documents, CONTRACTOR may make
application for final payment following the procedure for progress payments. The final Application for
Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the
Contract Documents, including but not limited to the evidence of insurance required, (ii) consent of the
surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to
OWNER) of all liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of
liens and as approved by County, CONTRACTOR may furnish receipts or release in full and an affidavit of
CONTRACTOR that (i) the releases and receipts include all labor, services, material and equipment for which
a lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with
the Work for which OWNER or OWNER's property might in any way be responsible have been paid or
otherwise satisfied. If any Subcontractor' or supplier fails to furnish such 'a release or receipt in full,
CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to indemnify OWNER against
any lien.
14.12.1. No application for final payment will be accepted by' OWNER until approved as-built
documents by CONTRACTOR are accepted and approved by PROFESSIONAL.
14.12.2. Notwithstanding any other provision of these contract do~uments to the contrary, OWNER
and PROFESSIONAL are under no duty or obligation whatsoever to any vendor, materials provider,
Subcontractor, laborer or other party to ensure that payments due and owing by CONTRACTOR to any of
them are or will be made. Such parties shall rely only on CONTRACTOR's surety bonds for remedy of
nonpayment by him. CONTRACTOR agrees to defend and resolve all claims made by Subcontractors,
indemnifying OWNER and PROFESSIONAL for all claims arising from or resulting from Subcontractor or
supplier or material men or laborer services in connection with this project.
14.12.3. General Indemnity: CONTRACTOR shall indemnify OWNER and PROFESSIONAL for any
damages sustained including lost profits resulting from CONTRACTOR's failure or refusal to perform the work
required by these contract documents.
Final Payment and Acceptance:
14.13. If, on the basis of PROFESSIONAL's observation of the Work during construction and final
inspection, and PROFESSIONAL's review of the final Application for Payment and accompanying
documentation as required by the Contract Documents, PROFESSIONAL is satisfied that the Work has been
completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled,
PROFESSIONAL will, within ten (10) working days after receipt of the final Application for Payment, indicate
43
K:\420302\Admin\Specs\Specs-Front End\Front End -Remainder\2002GENCOND.doc
1
I
1
1
1
I
1
I
I
1
I
I
I
I
1
1
1
'I
1
Waiver of Claims:
14.16. The making and acceptance of final payment will constitute:
14.16.1. A waiver of all claims by OWNER against CONTRACTOR, except claims arising from
unsettled liens, from defective Work appearing after final inspection pursuant to 14.11 from failure to comply
with the Contract Documents or the terms of any special guarantees specified therein, or from
CONTRACTOR's continuing obligations under the Contract Documents; and
14.16.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made
in writing and still unsettled.
45
K:\420302\Admin\SpecsISpecs-Front End\Front End -Remainder\2002GENCOND.doc
I
I
I
I
I
1
I
1
I
I
I
I
1
I
I
1
I
I
I
elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be
entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price
exceeds the direct, indirect and consequential costs of completing the Work (including but not limited to fees
and charges of PROFESSIONAls, architects, attorneys and other PROFESSIONALs and court and arbitration
costs) such excess will be paid to CONTRACTOR. If such costs exceed such unpaid balance, CONTRACTOR
shall pay the difference to OWNER: Such costs incurred by OWNER will be approved as to reasonableness by
PROFESSIONAL and incorporated in a Change Order, but when exercising any rights or remedies under this
paragraph OWNER shall not be required to obtain the lowest price for the Work performed.
,15.3. In the event OWNER terminates the contract for cause and it is subsequently judicially
determined that there was no cause for termination, the termination for convenience provision will be the
means for disposition of the balance of the contract obligations.
Termination for Convenience
15.4. Upon seven working days' written notice to CONTRACTOR and PROFESSIONAL, OWNER may,
without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Contract.
In such case, CONTRACTOR shall be paid (without duplication of any items):
15.4.1. For completed and acceptable Work executed in accordance with the Contract Documents
prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such
Work;
15.4.2. ,For expenses sustained prior to the effective date of termination in performing services and .
furnishing labor, materials or equipment as required by the Contract Documents in connection with
uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses;
15.4.3. For all claims, costs, losses and damages incurred in settlement of terminated contracts with,
Subcontractors, suppliers and others; and
15.4.4. For reasonable expenses directly attributable to termination.
CONTRACTOR shall no.t ~e paid on account of loss of anticipated profits or revenue or other economic loss
arising out of or resulting from such termination.
15.5. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not
affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue.
Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from
liability.
CONTRACTOR May Stop Work or Terminate:
15.6. If through no act or fault of CONTRACTOR, the Work is suspended for a period of more than
ninety calendar days by OWNER or under an order of court or other public authority, or PROFESSIONAL fails
to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty-one
days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may upon seven
working days' written notice to OWNER and PROFESSIONAL and provided OWNER or PROFESSIONAL did not
remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER
payment on the same terms as provided in 15.2. In lieu of terminating the Agreement and without prejudice
to any other right or remedy, if PROFESSIONAL has failed to act on an Application for Payment within thirty
days after it is submitted, or OWNER has failed for thirty-one days after it is submitted, or OWNER has failed
for thirty-one calendar days to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may
47
K:\420302\Admin\SpecsISpecs-Front EndlFront End -Remainder\2002GENCOND.doc
1
I
I
1
I
I
1
I
'I
I
I
I
1
I
I
I
I
I
I
ARTICLE 16--DISPUTE RESOLUTION
16.1. All disputes arising. under this Contract or its interpretation whether involving law or fact or
both, or extra work, and all claims for alleged breach of contract shall within ten (10) working days of the
commencement of the dispute be presented by CONTRACTOR to OWNER for decision. All papers pertaining
to claims shall be filed in quadruplicate. Such notice need not detail the amount of the claim but shall state
the facts surrounding the claim in sufficient detail to identify the claim, together with its character and scope.
In the meantime, CONTRACTOR shall proceed with the Work as directed. Any claim not presented within
the time limit specified in this paragraph shall be deemed to have been waived, except that if the claim is of a
continuing character and notice of the claim is not given within ten (10) working days of its commencement,
the claim will be considered only for a period commencing ten (10) working days prior to the receipt by
OWNER of notice thereof. Each decision by OWNER will be in writing and will be mailed to CONTRACTOR by
registered or certified mail, return receipt requested, directed to his last known address.
16.2 All claims, disputes and other matters in question between OWNER and CONTRACTOR arising
out of, or relating to, the Contract Documents or the breach thereof shall be decided under Georgia Law in
the Superior Court of Richmond County, Georgia. CONTRACTOR by execution of the Contract consents to
jurisdiction and venue in the Superior Court of Richmond County, Georgia, and waives any right to contest
same.
49
K:1420302\Admin\SpecsISpecs-Front EndlFront End -Remainder\2002GENCOND,doc
I
I
I
1
I
I
I
I
1
I
1
I
I
I
1
I
I
I
I
17.7. Notwithstanding any provision of the law to the contrary, the parties agree that no interest
shall be due Contractor on any sum held as retainage pursuant to the Contract Documents and CONTRACTOR
specifically waives any claim to same.
Substitutions:
17.8. Notwithstanding any provision of these general conditions, there shall be no substitutions of
materials that are not determined to be equivalent to those indicated or required in the
contract documents without an amendment to the contract.
Sanitary Sewer Overflow Prevention:
17.9 DELETED
PROGRAM MANAGER:
17.10 The PROGRAM MANAGER for the project is CH2M HILL, 360 Bay Street, Augusta, GA 30909.
The presence or duties of PROGRAM MANAGER's personnel at the construction site, whether as onsite
representatives or otherwise, do not make PROGRAM MANAGER or PROGRAM MANAGER's personnel in any
way responsible for those duties that belong to OWNER and / or the CONTRACTOR or other entities, and do
not relieve the CONTRACTOR or any other entity of their obligations, duties, and responsibilities, including,
but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for
coordinating and completing all portions of the construction work in accordance with the construction
Contract Documents and any health and safety precautions required by such construction work.
PROGRAM MANAGER and PROGRAM MANAGER's personnel have no authority to exercise any' control .over
any construction contractor or other entity or their employees in connection with their work or any health or
safety precautions and have no duty of inspecting, noting, observing, correcting, or reporting on health or
safety deficiencies of the CONTRACTOR(s) or other entity or any other persons at the site except PROGRAM
MANAGER's own personnel.
The presence of PROGRAM MANAGER's personnel at the construction site is for the purpose of providing to
OWNER a greater degree of confidence that the completed construction work will conform generally to the
construction documents and that the integrity of the design concept as reflected in the construction
documents has been implemented and preserved by the construction contractor(s). PROGRAM MANAGER
neither guarantees the performance of the construction contractor(s) nor assumes responsibility for
construction contractor's failure to perform work in accordance with the construction documents.
For this AGREEMENT only, construction sites include places of manufacture for materials incorporated into the
construction work, and construction contractors include manufacturers of materials incorporated into the
construction work
51
K:\420302\Admin\SpecsISpecs-Front EndlFront End -Remaiiider\2002GENCOND.doc
.1
I
I
1
I
I
1
I
1
1
I
I
I
I
1
I
I
1
I
APPLICATION FOR PAYMENT NO.
To:
(OWNER)
(CONTRACTOR)
From:
Contract:
Project:
OWNER's Contract No.
For Work accomplished through the date of:
ENGINEER's Project No.
1.' Original Contract Price:
2. Net change by Change Orders and Written Amendments (+ or -):
3. ~urrent Contract Price (1 plus 2):
4. Total completed and stored to date:
5. Retainage (per Agreement):
% of completed Work: $
% of stored material: $
Total Retainage:
6. Total completed and stored to date less retainage (4 minus 5):
7. Less previous Application for Payments:
8. DUE TillS APPLICATION (6 MINUS 7):
$
$
$
$
$
$
$
$
Accompanying Documentation:
CONTRACTOR'S Certification:
The undersigned CONTRACTOR certifies that (1) all previous progress payments received from OWNER on account of Work done
under the Contract referred to above have been applied on account to discharge CONTRACTOR's legitimate obligations incurred in
connection with Work covered by prior Applications for Payment numbered I through _ inclusive; (2) title of all Work, materials
and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment wilI pass to OWNER at time
of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to
OWNER indemnifying OWNER against any such Lien, security interest or encumbrance); and (3) all Work covered by this Application
for Payment is in accordance with the Contract Documents and not defective.
Dated
CONTRACTOR
By:
State of
County of
Subscribed and sworn to before me this _ day of
Notary Public
My Commission expires:
Payment of1he above AMOUNT DUE THIS APPLICATION is recommended.
Dated
ENGINEER
By:
I
I
1
I
1
1
1
I
I
I
1
I
I
I
I
1
I
I
I
APPLICATION FOR PAYMENT
INSTRUCTIONS
A. GENERAL INFORMATION
The sample form of Schedule of Values is intended as a guide only. Many projects require a more
extensive form with space for numerous items, descriptions of Change Orders, identification of variable,
quantity adjustments, summary of materials' and equipment stored at the site and other information. It is
expected that a separate form will be developed by Engineer and Contractor at the time Contractor's
Schedule of Values is finalized. Note also that the format for retainage must be changed if the Contract
permits (or the law provides), and Contractor elects to deposit securities in lieu of retainage. Refer to
Article 14 of the General Conditions for provisions concerning payments to Contractor.
B. COMPLETING THE FORM
The Schedule of Values, submitted and approved as provided in paragraphs 2.05.B.3 and 2.07 of the
General Conditions, should be reproduced as appropriate in the space indicated on the Application for
Payment form. Note that the cost of materials and equipment is often listed separately from the cost of
installation. Also, note that each Unit Price is deemed to include Contractor's overhead and profit.
All Change Orders affecting the Contract Price should be identified and included in the Schedule of
Values as required for progress payments.
The form is suitable for use in the Final Application for Payment as well as for Progress Payments;
however, the required accompanying documentation is usually more extensive for final payment. All
accompanying documentation should be identified in the space provided on the form.
C. LEGAL REVIEW
All accompanying documentation of a legal nature, such as Lien waivers, should be reviewed by an
attorney, and Engineer should so advise Owner.
I 60
E-dLl ~
I ~~o
o.....:lE-<
:;E~~
<Co:z;
I u<
~ ~
.....:l
I <0
PZ~
~o
C1:l E-<E-<
Q ~UJ
1.1 ~ ~
~
0
Ii E-<
~
f.)
,,....
- 0
r :;E
<C
~ ~
I ~~
......~
~p:o
<C:;E
I ~o
O'u
I ~[2E-<
.....:l~~
~.....:l
o<co
b3>:;E
I u ~)<C
UJO ~
~ ~ u
~
0>-< ti
I ~E-< ~
E-<...... l::
<cE-< c3
:;Ez
......<C l::
E-<~
I [20' t
;:;
u
<:u
;::
E-<~ .....
t:j
I ......u ;:;
~~ ~
<:u
~
;:;
~ <::>
-:::
'"
I l::
;:;
<::>
li:
~
~
I ;:;
~
~ "&
-< ~
I ~ ~
<:u
0 -:::
~ ~
~
I ~
.~
:;E ~.
~ v'i\O . . . 0 r.-)'<iv'i
I E-< ....... ('l ('1')",," ....... ('l \.0 t- oo 0\ 0 ....... ('l ('1')",," <n \.0 t- oo 0\ 0
...... t-000\....... ....... ....... ....... ....... ....... ....... ....... ....... ....... ('l ('l ('l ('l ('l ('l ('l ('l ('l ('l ('1')
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CHANGE ORDER
No.
DATE OF ISSUANCE EFFECTIVE DATE
OWNER
CONTRACTOR
Contract:
Project:
OWNER's Contract No.
ENGINEER
ENGINEER's Contract No.
You are directed to make the following changes in the Contract Documents:
Description:
Reason for Change Order:
Attachments: (List documents supporting change)
CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES:
Original Contract Price . " Original Contract Times:
Substantial Completion:
$ Ready for final payment:
(days or dates)
Net Increase (Decrease) from previous Change Orders Net change from previous Change Orders No. _ to
No. - to - No. -
Substantial Completion:
$ Ready for final payment:
(days)
Contract Price prior to this Change Order: Contract Times prior to this Change Order:
Substantial Completion:
$ Ready for final payment:
(days or dates)
Net increase (decrease) of this Change Order: Net increase (decrease) this Change Order:
Substantial Completion:
$ Ready for final payment:
(days)
Contract Price with all approved Change Orders: Contract Times with all approved Change Orders:
Substantial Completion:
$ Ready for final payment:
(days or dates)
RECOMMENDED:
APPROVED
ACCEPTED:
By:
By:
By:
Engineer (Authorized Signature)
Owner (Authorized Signature)
Contractor (Authorized Signature)
Date:
Date:
Date:
EJCDC 1910-8-B (1996 Edition)
,I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CHANGE ORDER
INSTRUCTIONS
A. GENERAL INFORMATION
This document was developed to provide a uniform format for handling contract changes that affect Contract
Price or Contract Times. Changes that have been initiated by a Work Change Directive must be incorporated into
a subsequent Change Order if they affect Price or Times.
Changes that affect Contract Price or Contract Times should be promptly covered by a Change Order. The
practice of accumulating Change Orders to reduce the administrative burden may lead to unnecessary disputes.
If Milestones have been listed in the Agreement, any effect of a Change Order thereon should be addressed.
For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times,
a Field Order should be used. . .
B. COMPLETING THE CHANGE ORDER FORM .
Engineer normally initiates the form, including a description of the changes involved and attachments based upon
documents and proposals submitted by Contractor, or requests from Owner, or both.
Once Engineer has completed and signed the form, all copies should be sent to Owner or Contractor for approval,
depending on whether the Change Order'is a true order to the Contractor or the formalization of a negotiated
agreement for a previously performed change. After approval by one contracting party, all copies should be sent
to the other party for approval. Engineer should make distribution of executed copies after approval by both
parties.
If a change only applies to price or to times, cross out the part of the tabulation that does not apply.
E.JCJ:>C 1910-8-B (1996 Edition)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CERTIFICATE OF SUBSTANTIAL COMPLETION
DATE OF ISSUANCE
OWNER
CONTRACTOR
Contract:
Project:
OWNER's Contract No.
ENGINEER's Project No.
This ,Certificate of Substantial Completion applies to all Work under the Contract Documents or to the
following specified parts thereof:
To
OWNER
And To
CONlRACTOR
The Work to which this Certificate applies has been inspected by authorized representatives ()f OWNER,
CONTRACTOR and ENGINEER, and that Work is hereby declared to be substantially complete in
accordance with the Contract Documents on
DATE OF SUBSTANTIAL COMPLETION
A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive,
and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all
the Work in accordance with the Contract Documents. The items in the tentative list shall be completed
or corrected by CONTRACTOR within days o[the above date of Substantial Completion.
.-..~ . - "-
EJCDC No, 1910-8-D (1996 Edition)
I
I
I
I
I
1
I,
I
I
I
1
I
I
I
I
I
1
I
1-'
The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance,
heat, utilities, insurance and warranties and guarantees shall be as follows:
OWNER:
CONTRACTOR:
The following documents are attached to and made a part of this Certificate:
[For items to be attached see definition of Substantial Completion as supplemented and other specifically
noted conditions precedent to achieving Substantial Completion as required by Contract Documents.}
This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents
nor is it a release of CONTRACTOR's obligation to complete the Work in accordance with the Contract
Documents.
Executed by ENGINEER on
Date
ENGINEER
By:
(Authorized Signature)
CONTRACTOR accepts this Certificate of Substantial Completion on
Date
CONTRACTOR
By:
(Authorized Signature)
OWNER accepts this Certificate of Substantial Completion on
Date
OWNER
By:
(Authorized Signature)
EJCDC No, 191O-8-D (1996 Edition) ,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SUPPLEMENTARY GENERAL CONDITIONS
SC-1. These supplementary conditions amend or supplement the Standard General Conditions of the
Construction Contract and other provisions of the Contract Documents as indicated below. All
provisions which are not so amended or supplemented remain in full force and effect.
SC-2. The terms used in the supplementary condition which are defined in the Standard General
Conditions to the Construction Contract have the meanings assigned to them in the General
Conditions.
SC-3. Revise paragraph 2.7 in its entirety and insert the following.
Before any work at the site is started, CONTRACTOR shall deliver to OWNER, with a copy
to ENGINEER, certificates (and other evidence of insurance requested by OWNER) which
CONTRACTOR is required to purchase and maintain in accordance with paragraphs 5.3 and
5.4.
SC-4.
Amend paragraph 4.2.1
Add: Soil boring report is not available.
SC-5.
The limits of liability for the insurance required by paragraph 5.3 of the General Conditions shall
provide coverage for not less than the following amounts or greater where required by Laws and
Regulations: '
a. Policies, Certificates, Limits and Disposition of Documents. - The Contractor shall obtain at
his expense insurance with limits as shown hereinbelow unless the Contractor desires to
broad~n the limits and obtain more protection.
[1]
[2]
[3]
OWNER'S PROTECTIVE LIABILITY INSURANCE - Taken out in name of the
owner as insured. (See Invitatign to Bid for exact legal name of owner.)
Bodily injury, including death -limits of $1,000,000.00 for each person and
$2,000,000.00 for each accident.
Property damage - limits of $500,000.00 for each accident and $1,000,000.00 for
the aggregate of operations.
DISPOSITION: Original policy must be deposited with owner prior to
commencement of work.
CONTRACTOR'S PROTECTIVE LIABILITY INSURANCE - Taken out in the
name of the Contractor.
Bodily injury, including death -limits of $1,000,000.00 for each person and
$2,000,000.00 for each accident.
Property damage -limits of $500,000.00 for each accident and $1,000,000.00 for
the aggregate of operations.
DISPOSITION: Certificate of insurance must be sent to owner prior to
commencement of work.
CONTRACTOR'S PUBLIC LIABILITY INSURANCE - Taken out in the name of
the Contractor.
Bodily injury, including death -limits of $1,000,000.00 for each person and
-1- .. .'..... .._.. ,_ .. ,~_,..~,_..,
K:\420302\ADMINlSPECSISPEGS-FRONT END\FRONT ENO -REMAlNOERISUPPLMCONDmONS.DOC
I
I
I
I
I
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
-
[4]
$2,000,000.00 for each accident.
Property damage -limits of $500,000.00 for each accident and $1,000,000.00 for
the aggregate of operations.
DISPOSITION: Certificate of insurance must be sent to Owner prior to
commencement of work.
BU1LDER'S RISK INSURANCE -'Payable to the Contractor and Owner, as their
interests may appear, upon the entire structure and upon all materials in or adjacent
thereto which are to be made a part of the insured structure to 100% of the insurable
value thereof covering fire, extended coverage, vandalism and malicious mischief.
DISPOSITION: Original policy must be deposited with Owner prior to
commencement of work.
b. 'Acceptability of Insurers to Owner. - No insurance will be acceptable unless written by a
company licensed by the State Insurance Commissioner to do business in Georgia at the time
the policy is issued, and the company must in addition be acceptable to the Owner. To avoid
inconvenience, any general contractor or subcontractor must get in touch with the Owner to
determine whether the insurance company or companies he expects to use is or are acceptable
to the Owner. All policies and certificates must be signed or countersigned, as'the case may
be, by resident Georgia agents.
c. Termination of Obligation to Insure. - Unless otherwise expressly provided to the contraiy, the
obligation to insure as prescribed herein shall not terminate until the Engineer shall have
executed the final certificate.
d.
Contractor shall purchase and maintain during the full course of construction "All Risk"
Builder's Risk Insurance coverage which names the Contractor, Owner and Engineer as co-
insured.
, l .~';:i
.... .
e.
The Contractor will turn over areas completed for construction prior to substantial completion.
Contractor shall maintain insurance on work he performs within "battery limits".
SC-6. Add to paragraph 6.8.2.
The CONTRACTOR shall identify any SUBCONTRACTOR performing more than 20% of
the overall project costs, within two (2) days of being notified that the CONTRACTOR is the
apparent low bidder.
SC- 7. Add paragraph 7.5
7.5. Should CONTRACTOR cause damage to the work or property of any separate
contractor at the site, or should any claim arising out of CONTRACTOR's
performance of the Work at the site be made by any separate contractor against
CONTRACTOR, OWNER, ENGINEER, the Construction Coordinator or any other
person, CONTRACTOR shall promptly attempt to settle with such other contractor
by agreement, or to otherwise resolve the dispute by arbitration or at law.
CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations,
indemnify and hold OWNER, ENGINEER and the Construction Coordinator
harmless from and against all claims, damages, losses and expenses (including, but
not limited to, fees of engineers, architects, attorneys and other professionals and
court and arbitration costs) arising directly, indirectly or consequentially out of any
-2-
K:1420302\ADMINlSPECSISPECS-FRONT ENDIFRONT END -REMAlNOER\SUPPlMCONDmONS.DOC
I
I
action, legal or equitable, brought by any separate contractor against OWNER,
ENGINEER, or the Construction Coordinator to the extent based on a claim arising
out of CONTRACTOR's performance of the Work. Should a separate contractor
cause damage to the Work or property of CONTRACTOR or should the
performance of Work by any separate contractor at the site give rise to any other
claim, CONTRACTOR shall not institute any action, legal or equitable, against
OWNER, ENGINEER or the Construction Coordinator or permit any action against
any of them to be maintained arid continued in its name or for its benefit in any court
or before any arbiter which seeks to impose liability on or to recover damages from
OWNER, ENGINEER or the Construction Coordinator on account of any such
damage or claim. If CONTRACTOR is delayed at any time in performing or
furnishing Work by any act or neglect of a separate contractor and OWNER and
CONTRACTO~ are unable to agree as to t he extent of any adjustment in Contract
Time attributable thereto, CONTRACTOR may make a claim for an extension of
time in accordance with Article 12. An extension of the Contract Time shall be
CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER and
Construction Coordinator for any delay, disruption, interference or hindrance caused
by any separate contractor. This paragraph does not prevent recovery from
OWNER, ENGINEER or Construction Coordinator for activities that are their
respective responsibilities.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-3-
K:I420302\AOMINlSPECSISPECS.FRONT ENDlFRONT END -REMAINDERISUPPLMCONOmONS,OOC
I
Performance Bond
I
"
I
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address):
SURETY (Name and Address of Principal Place
of Business):
I
I
OWNER (Name and Address):
I
CONTRACT
Date:
Amount:
Description (Name and Location):
I
I BOND
Date (Not earlier than Contract Date):
Amount:
Modifications to this Bond Form:
I
I Surety and Contractor, intending to be legally bound hereby, subject to the terms'prmted on the reverse side hereof, do each cause this
Performance Bond to be duly executed on its behalfby its authorized officer, agent or representative.
I CONTRACTOR AS PRINCIPAL
Company: (Corp. Seal)
SURETY
Company:
(Corp. Seal)
I
Signature:
Name and Title:
Signature:
Name and Title:
(Attach Power of Attorney)
I (Space is provided below for signatures of additional parties, if required.)
I CONTRACTOR AS PRINCIPAL
Company: (Corp. Seal)
SURETY
Company:
(Corp. Seal)
I
Signature:
Name and Title:
, Signature:
Name and Title:
I
I
I
00610-1
I
I
1. The CONTRACTOR and the Surety, jointly and severally. bind themselves.
their heirs, executors, administrators. successors and assigns to the Owner for the
performance of the Contract, which is incorporated herein by reference.
I
2. If the CONTRACTOR performs the Contract. the Surety and the
CONTRACTOR have no obligation under this Bond, except to participate in
conferences as provided in paragraph 3. J.
I
3. If there is no OWNER Default, the Surety's obligation under this Bond shall
arise after:
I
3.1. The OWNER has notified the CONTRACTOR and the Surety at the
addresses described in paragraph 10 below, that the OWNER is considering
declaring a CONTRACTOR Default and has requested and attempted to arrange
a conference with the CONTRACTOR and the Surety to be held not later than
fifteen days after receipt of such notice to discuss methods of performing the
Contract. If the OWNER, the CONTRACTOR and the Surety agree, the
CONTRACTOR shall be allowed a reasonable time to perform the Contract. but
such an agreement shall not waive the OWNER's right, if any. subsequently to
declare a CONTRACTOR Default; and
I
I
3.2. The OWNER has declared a CONTRACTOR Default and formally
terminated the CONTRACTOR's right to complete the Contract. Such
CONTRACTOR Default shall not be declared earlier than twenty days after the
CONTRACTOR and the Surety have received notice as provided in paragraph
3.1; and
I
3.3. The OWNER has agreed to pay the Balance of the Contract Price to:
I
3.3.1. The Surety in accordance with the terms of the Contract;
3.3.2 Another contractor selected pursuant to paragraph 4.3 to
perform the Contract.
I
4. When the OWNER has satisfied the conditions of paragraph 3. the Surety
shall promptly and at the Surety's expense take one ofthe following actions:
I
4.1. Arrange for the CONTRACTOR, with consent of the OWNER, to
perform and complete the Contract; or
4.2. Undertake to perform and complete the Contract itself, through its
agents or through independent contractors; or
I
4.3. Obtain bids or negotiated proposals from qualified contractors
acceptable to the OWNER for a contract for performance and completion of the
Contract, arrange for a contract to be prepared for execution by the OWNER and
the contractor selected with the OWNER's concurrence, to be secured with
performance and payment bonds executed by a qualified surety equivalent to the
Bonds issued on the Contract, and pay to the OWNER the amount of damages as
described in paragraph 6 in excess of the Balance of the Contract Price incurred
by the OWNER resulting from the CONTRACTOR Default; or
I
I
4.4. Waive its right to perform and complete, arrange for completion, or
obtain a new contractor and with reasonable promptness under the circumstances;
I
4.4.1 After investigation, determine the amount for which it may
be liable to the OWNER and, as soon as practicable after the amount is
determined, tender payment therefore to the OWNER; or
I
4,4.2 Deny liability in whole or in part and notify the OWNER
citing reasons therefore.
I
5. If the Surety does not proceed as provided in paragraph 4 with reasonable
promptness, the Surety shall be deemed to be in default on this Bond fifteen days
after receipt of an additional written notice from the OWNER to the Surety
demanding that the Surety perform its obligations under this Bond, and the
OWNER shall be entitled to enforce any remedy available to the OWNER. If the
Surety proceeds as provided in paragraph 4.4, and the OWNER refuses the
payment tendered or the Surety has denied pliability. in whole or in part,
I
I
I
without further notice the OWNER shall be entitled to enforce any remedy
available to the OWNER.
6. After the OWNER has terminated the CONTRACTOR's right to complete the
Contract, and if the Surety elects to act under paragraph 4.1, 4.2, or 4.3 above.
then the responsibilities of the Surety to the OWNER shall not be greater than
those of the CONTRACTOR under the Contract, and the responsibilities of the
OWNER to the Surety shall not be greater than those of the OWNER under the
Contract. To a limit of the amount of this Bond, but subject to commitment by
the OWNER of the Balance of the Contract Price to mitigation of costs and
damages on the Contract, the Surety isobligated without duplication for:
6.1. The responsibilities of the CONTRACTOR for correction of
defective Work and completion of the Contract;
6.2. Additional legal, design professional and delay costs resulting from
the CONTRACTOR's Default, and resulting from the actions or failure to act of
the Surety under paragraph 4; and
6.3. Liquidated damages, or if no liquidated damages are specified in the
Contract, actual damages caused by delayed performance or non-performance of
the CONTRACTOR.
7. The Surety shall not be liable to the OWNER or others for obligations of the
CONTRACTOR that are unrelated to the Contract, and the Balance of the
Contract Price shall not be reduced or set off on account of any such unrelated
obligations. No right of action shall accrue on this Bond to any person or entity
other than the OWNER or its heirs, executors, administrators, or successors.
8. The Surety hereby waives notice of any change, including changes of time, to
the
Contract or to related subcontracts, purchase orders and other obligations.
9. Any proceeding, legal or equitable, under this Bond may be instituted in any
court of competent jurisdiction in the location in which the Work or part of the
Work is located and shall be instituted within two years after CONTRACTOR
Default or within two years after the CONTRACTOR ceased working or within
two years after the Surety refuses or fails to perform its obligations under this
Bond, whichever occurs first. If the provisions of this paragraph are void or
prohibited by law, the minimum period of limitation available to sureties as a
defense in the jurisdiction of the suit shall be applicable.
10. Notice to the Surety, the OWNER or the CONTRACTOR shall be mailed or'
delivered to the address shown on the signature page.
11. When this Bond has been furnished to comply with a statutory or other legal
requirement in the location where the Contract was be performed. any provision
in this Bond conflicting with said statutory or legal requirement shall be deemed
deleted here from and provisions conforming to such statutory or other legal
requirement shall be deemed incorporated herein. The intent is that this Bond
shall be construed as a statutory bond and not as a common law bond.
12. Definitions.
12.1 Balance of the Contract Price: The total amount payable by the
OWNER to the CONTRACTOR under the Contract after all proper adjustments
have been made, including allowance to the CONTRACTOR of any amounts
received or to be received by the OWNER in settlement of insurance or other
Claims for damages to which the CONTRACTOR is entitled, reduced by all
valid and proper payments made to or on behalf of the CONTRACTOR under
the Contract.
12.2. Contract: The agreement between the OWNER and the
CONTRACTOR identified on the signature page. including all Contract
Documents and changes thereto.
12.3. CONTRACTOR Default: Failure of the CONTRACTOR, which has
neither been remedied nor waived, to perform or othetwise to comply with the
terms of the Contract.
12.4. OWNER Default: Failure of the OWNER, which has neither been
remedied nor waived, to pay the CONTRACTOR as required by the Contract or
to perform and complete or comply with the other terms thereof.
00610-2
I
Payment Bond
I
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
I
CONTRACTOR (Name and Address):
SURETY (Name and Address of Principal Place
of Business):
I
O~R (Name and Address):
I
I
CONTRACT
Date:
Amount:
Description (Name and Location):
I
I
BOND
Date (Not earlier than Contract Date):
Amount:
Modifications to this Bond Form:
I'
I
I
Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this
Payment Bond to be duly executed on its behalf by its authorized officer, agent, or representative.
I
CONTRACTOR AS PRINCIPAL
Company:
(Corp. Seal),
SURETY
Company:
(Corp. Seal)
Signature:
Name and Title:
Signature:
Name and Title:
(Attach Power of Attorney)
I
(Space is provided below for signatures of additional parties, if required.)
I
I
CONTRACTOR AS PRINCIPAL
Company:
(Corp. Seal)
SURETY
Company:
(Corp. Seal)
I
Signature:
Name and Title:
Signature:
Name and Title:
I
I
I
00620-1
I
1. The CONTRACTOR and the Surety, jointly and severally, bind themselves, their
heirs, executors. administrators, successors and assigns to the OWNER to pay for
labor, materials and equipment furnished for use in the perfonnance of the Contract,
which is incOlporated herein by reference.
I
2. With respect to the OWNER. this obligation shall be null and'void if the
CON1RACTOR:
I
2.1. Promptly makes payment, directly or indirectly. for all sums due
, Claimants, and
I
2.2. Defends, indemnifies and holds hannless the OWNER from all claims,
demands, liens or suits by any person or entity who furnished labor, materials or
equipment for use in the perfonnance of the Contract, provided the OWNER has
promptly notified the CON1RACTOR and the Surety (at the addresses described in
paragraph 12) of any claims, demands, liens or suits and tendered defense of such
claims, demands, liens or suits to the CONTRACTOR and the Surety, and provided
there is no OWNER Default.
I
I
3. With respect to Claimants, this obligation shall be null and void if the
CON1RACTOR promptly makes payment, directly or indirectly, for all sums due,
4. The Surety shall have no obligation to Claimants under this Bond until:
I
4.1. Claimants who are employed by or have a direct contract with the
CON1RACTOR have given notice to the Surety (at the addresses described in
paragraph 12) and sent a copy, or notice thereof, to the OWNER, stating that a claim
is being made under this Bond and, with substantial accuracy, the amount of the
claim.
I
4.2. Claimants who do not have a direct contract with the CON1RACTOR:
I
1. Have furnished written notice to the CONTRACTOR and sent a
copy, or notice thereof, to the OWNER, within 90 days after having last perfonned
labor or last furnished materials or equipment included in the claim stating, with
substantial accuracy, the amount of the claim and the name of the party to whom the
materials were furnished or supplied or for whom the labor was done or perfonned;
and
I
2. Have either received a rejection in whole or in part from the
CON1RACTOR, or not received within 30 days of furnishing the above notice any
communication from the CONTRACTOR by which the CONTRACTOR had
indicated the claim will be paid directly or indirectly; and
I
I
3. Not having been paid within the above 30 days. have sent a written
notice to the Surety and sent a copy, or notice thereof, to the OWNER, stating that a
claim is being ma~e under this Bond and enclosing a copy of the previous written
notice furnished to the CONTRACTOR.
I
5. If a notice required by paragraph 4 is given by the OWNER to the
CON1RACTOR or to the Surety, that is sufficient compliance.
6. When the Claimant has satisfied the conditions of paragraph 4, the Surety shall
promptly and at the Surety's expense take the following actions:
I
6.1. Send an answer to the Claimant, with a copy to the OWNER, within 45
days after receipt of the claim, stating the amounts that are undisputed and the basis
for challenging any amounts that are disputed.
I
6.2. Payor arrange for payment of any undisputed amounts.
7. The Surety's total obligation shall not exceed the amount of this Bond, and the
amount of this Bond shall be credited for any payments made in good faith by the
Surety.
I
8. Amounts owed by the OWNER to the CONTRACTOR under the Contract shall
be used for the perfonnance of the Contract and to satisfy claims, if any, under any
Perfonnance Bond. By the CONTRACTOR furnishing and the OWNER accepting
this Bond, they agree that all funds earned by the CONTRACTOR in the
perfonnance of the Contract are dedicated to satisfy obligations of the
CONtRACTOR and the Surety under this Bond, subject to the OWNER's priority
to use the funds for the completion of the Work,
I
I
9. The Surety shall not be liable to the OWNER, Claimants or others for obligations
of the CONTRACTOR that are unrelated to the Contract. The OWNER shall not be
00620-2
I
liable for payment of any costs or expenses of any Claimant under this Bond,. and
shall have under this Bond no obligations to make payments to, give notices on
behalf of, or otherwise have obligations to Claimants under this Bond.
10. The Surety hereby waives notice of any change, including changes of time, to
the Contract or to related Subcontracts, purchase orders and other obligations.
II. No suit or action shall be commenced by a Claimant under this Bond other than
in a court of competent jurisdiction in the location in which the Work or part of the
Work is located or after the expiration of one year from the date (1) on which the
Claimant gave the notice required by paragraph 4.1 or paragraph 4.2.3, or (2) on
which the last labor or service was perfonned by anyone or the last materials or
equipment were furnished by anyone under the Construction Contract, whichever of
(I) or (2) first occurs. If the provisions of this paragraph are void or prohibited by
law, the minimum peri,od of limitation available to sureties as a defense in the
jurisdiction of the suit shall be applicable.
12. Notice to the Surety, the OWNER or the CONTRACTOR shall be mailed or
delivered to the addresses shown on the signature page. Actual receipt of notice by
Surety, the OWNER or the CONTRACTOR, however accomplished, shall be
sufficient compliance as of the date received at the address shown on the signature
page,
13. When this Bond has been furnished to comply with a statutory or other legal
requirement in the location where the Contract was to be perfonned, any provision
in this Bond conflicting with said statutory or legal requirement shall be deemed
deleted herefrom and provisions confonning to such statutory or other legal
requirement shall be deemed incOlporated herein. The intent is, that this Bond shall
be construed as a statutory Bond and not as a common law bond.
14. Upon request of any person or entity appearing to be a potential beneficiary of
this Bond, the CONTRACTOR shall promptly furnish a copy of this Bond or shall
pennit a copy to be made. '
15. DEFINITIONS
15.i, Claimant An individual or entity having a direct contract with the
CONTRACTOR or with a Subcontractor of the CONTRACTOR to furnish labor,
materials or equipment for use in the perfonnance of the Contract. The intent of this
Bond shall be to include without limitation in the tenns "labor, materials or
equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service
or rental equipment used in the Contract, architectural and engineering services
required for perfonnance of the Work of the CONTRACTOR and the
CONTRACTOR's Subcontractors, and all other items for which a mechanic's lien
may be asserted in the jurisdiction where the labor, materials or equipment were
furnished.
15.2. Contract: The agreement between the OWNER and the
CONTRACTOR identified on the signature page. including all Contract Documents
and changes thereto.
15.3. OWNER Default: Failure of the OWNER, which has neither been
remedied nor waived, to pay the CONTRACTOR as required by the Contract or to
perfonn and complete or comply with the other tenns thereof
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 01100 - SUMMARY
PART 1 - GENERAL
1.1 WORK COVERED BY CONTRACT DOCUMENTS
1.2
1.3
1.4
A. Project Identification: Horsepen 2 Sewer Collection System - Phase 2-A; Project No. 50202.
1. Project Location: Willis Foreman Road/Karleen Road/Deans Bridge Road Area
2. Owner: Augusta Richmond County Commission
B.
Engineer Identification: The Contract Documents, dated April 2008, were prepared for Project
by Johnson, Laschober and Associates, P.C., 1296 Broad Street, Augusta, GA 30901
C.
The Work consists of construction staking, select clearing, excavation and backfill, dewatering,
pipe and manhole installation, soil erosion and sediment control. measures, grassing and
stabilization.
CONTRACT
A.
Project will be constructed under a general construction contract.
USE OF PREMISES
A.
General: Contractor shall have full use of premises for construction operations, including use of
Project site, during construction period.
SPECIFICA TION FORMATS AND CONVENTIONS
A.
"
Specification Format: The Specifications are organized into Divisions and Sections using the
l6-division format and CSVCSC's IMasterFormat" numbering system.
1. Section Identification: The Specifications use section numbers and titles to help cross-
referencing in the Contract Documents. Sections in the Project Manual are in numeric
sequence; however, the sequence is incomplete. Consult the table of contents at the
beginning of the Project Manual to determine numbers and names of sections in the
Contract Documents.
B: Specification Content: The Specifications use certain conventions for the style of language and
the intended meaning of certain terms, words, and phrases when used in particular situations.
These conventions are as follows:
1. Abbreviated Language: Language used in the Specifications and other Contract
Documents is abbreviated. Words and meanings shall be interpreted as appropriate.
Words implied, but not stated, shall be inferred as the sense requires. Singular words
SUMMARY 01100 - 1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
shall be interpreted as plural, and plural words shall be interpreted as singular where
applicable as the context of the Contract Documents indicates.
2. "Imperative mood and streamlined language are generally used in the Specifications.
Requirements expressed in the imperative mood are to be performed by Contractor.
Occasionally, the indicative or subjunctive mood may be used in the Section Text for
clarity to describe responsibilities that must be fulfilled indirectly by Contractor or by
others when so noted.
a. The words "shall," "shall be," or "shall comply with," depending on the context,
are implied where a colon (:) is used within a sentence or phrase.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION 01100
SUMMARY
01100 - 2
I
I
I
I
I
I'
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 02050 - SUBSURFACE CONDITIONS
PART 1 - GENERAL
1.1 WORK INCLUDED
A. General: A soils investigation report has been prepared for the site of this work by
QORE Property Sciences, hereinafter referred to as the Soil Engineer.
1.2 RELATED WORK
A. Related work described elsewhere:
1. Excavation for footings and foundations: Section entitled "Earthwork".
1.3 GENERAL
A. Attachment: The soils investigation report is attached to this section.
B. Use of Data:
1: 'This report was obtained for the Contractor's use in design. The report is available
for bidders' information, but is not a warranty of subsurface conditions.
2. Bidders should visit the site and acquaint themselves with all existing conditions.
Prior to bidding, bidders may make their own subsurface investigations to satisfy
themselves as to site and subsurface conditions, but all such investigations shall be
performed only under time schedules and arrangements approved in advance by the
Engineer.
1.4 ATTACHMENT
A. Subsurface Exploration and Report
END OF SECTION 02050
SUB SURF ACE CONDITIONS
02050 - 1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
APPENDIX
for
Subsurface Conditions
Soils Investigation Report
by
Oore Property Sciences dated
October 11, 2005
I
I
I
I
I
I
I
I
I
I
I
,I
I
I
I
I
I
I
I
Prepared for:
Johnson, Laschober & Associates, P. C.
1296 Broad Street
Augusta, Georgia 30901
Prepared by:
QORE Property Sciences
645 B Frontage Road
Augusta, Georgia 30907
Job Number U1478, Report Number 27578
October 11, 2005
REPORT OF
SUBSURFACE EXPLORATION
HORSEPEN SEWER
AUGUSTA, GEORGIA
~
i!i
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~
QGRE
PROPERTY SCIENCES
October 18, 2005
Johnson, Laschober & Associates, P.C.
1296 Broad Street
Augusta, Georgia 30901
Attention: Mr. Richard J. Laschober, P.E.
Re: Subsurface Exploration
Horsepen Sewer
Augusta, Georgia
Job No. U1478, Report No. 27578
OORE, Inc. has completed soil test borings for the referenced project in accordance with our
proposal number 02220 dated September 12, 2003. Test boring records are attached.
Project Information. The project consists of the addition to several new sanitary sewer lines in
Richmond County, Georgia, just east of Fort Gordon. The new lines will be in the upper region
of a sub-drainage basin which is downstream and east of Jamestown subdivision. The borings
were authorized by your firm to determine rock and groundwater levels at the requested boring
locations and to provide an indication of the nature of the excavated materials.
Field Exploration Methods. A total of 18 soil test borings were performed at the requested
locations throughout the area where the proposed sewer lines will be installed. The borings were
performed on Crest Rd. (B1 and B2), Pepperdine Rd. (B3), Whittier PI. (B4), Harwo{)d Dr. (B5),
Arrowood Circle (B8 and B9), Yellowood Ct. (B10), the north side of Tobacco Rd. (B11), New
Karlene Rd. (B12, B13, and B14), Nance Blvd. (B15), Barker Rd. (B16), and Blackmon Ct. (B17).
Borings B6, B7, and B18 were performed off of the road. Boring B6 was performed off of
Harwood Dr., Boring B7 was performed off of Arrowood Circle, and boring B18 was performed off
of Crest Rd. All borings were completed to their planned termination depths of 10 or 15 _ feet
below grade, except for boring B6 which caved in at a depth of five feet. The test boring locations,
identified by Profile she~t and station or manhole number, are indicated on each Test Boring
Record.
645BFrontage Road ,Augusta. Georgia 30907 (706) 855-2060 fax (706) 855-201 J
j
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Horsepen Sewer
Job No. U1478, Report No. 27578
October 18, 2005
Paqe 2
The subsurface exploration began with a visual site reconnaissance performed by a member of
our professional staff. Our personnel located the soil test borings by estimating right angles and
measuring distances from existing features based on the drawings provided. Soil test borings 81
through 85 and 87 through 817 were performed utilizing a truck mounted CME 55 drill rig. The
soil test borings were drilled by mechanically advancing hollow stem augers into the ground.
Standard penetration tests (SPT) were performed with a rope and cathead at regular' intervals in
the borings to estimate soil consistency and to obtain soil samples. Portions of each sample were
transported to our laboratory for testing, engineering review, and visual classification. 80rings
86 and 818 were performed with a hand auger and logged in the field our geotechnical engineer.
The depth to groundwater was measured in the borings before backfilling the boreholes with
auger cuttings. 80rings in paved areas were repaired with a commercially available cold patch
material. Soil descriptions, standard penetration test results, and other subsurface data are
presented in the Test 80ring Records.
The procedures used by OORE for field sampling and testing were performed in general
accordance with ASTM procedures and established practice. More detailed descriptions of our
drilling procedures are attached.
Geology. The site is located in the Coastal Plain Physiographic Province of Georgia. The
Coastal Plain is a wedge-shaped deposit of Cretaceous and younger sediments that range in
thickness from near zero at the contact with the Piedmont Physiographic Province (the Fall
Line) along its northwest edge, to thousands of feet at the- coast. Coastal Plain soils are marine
deposits laid down in the geologic past when ocean levels were higher and can contain various
materials including interbedded soft and hard limestones, gravel, sands, silts, and clays, as well
as organics.
Subsurface Conditions. Soils encountered were typical Coastal Plain soils and refusal was not
encountered in any of the borings. Shallow subsurface materials encountered in the borings
consisted of a combination of asphalt, topsoil, silty sands and clayey sands. 8elow the shallow
subsurface materials, borings 85, 813, 814, 815, and 816 encountered materials determined
to be fill. The fill consisted of a combination of very loose to very firm silty sands and plastic
clays and ranged in depth from three to 13 feet below grade. 8eneath the shallow subsurface
materials in the remaining borings and the fill in the affected borings, a combination of very
loose to very dense silty sands and silty clayey sands were encountered to boring termination,
except for borings 86 and 815 which encountered materials determined to be soft to very stiff
clays.
j
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Horsepen Sewer
Job No. U1478. Report No. 27578
October 18, 2005
Paqe 3
The above information and our Test Boring Records do not reflect variations in the subsurface
conditions, which are likely to exist intermediate of our borings, and in unexplored areas of the
site. These variations are due to the inherent variability of the subsurface conditions in this
geologic region as well as past land uses. The indicated boundaries between soil strata are
approximate and the transitions between strata are generally gradual.
Excavation. While none of the borings encountered "refusal", very high consistency soils
(standard penetration values of more than 50 blows per foot) were in encountered in borings B2,
B4, and B8. We anticipate that these materials can be excavated using a large crawler mounted
backhoe. We recommend that the project specifications require that a backhoe comparable to a
Caterpillar 235 be used for trench excavation.
Groundwater. Groundwater was encountered in borings B5, B6, and B16 at approximate depths
of 11, 4.5, and 10.5 feet below the ground surface, respectively. Boring B 18 did not encounter
any groundwater at the time of this exploration, but it is in an area that receives surface sheet
flow runoff from a large surrounding area. Depending on seasonal rainfall, future groundwater
levels may be encountered at depths different from those identified in our borings. It is likely
that permanent groundwater at this site. will be encountered during construction. Because of
the length of the project and variation of subsurface conditions, different types of dewatering
systems will be required.
In areas where the subsurface materials have a relatively low permeability (stiff to hard clayey
soils) drainage trenches and/or pumping from shallow sumps may be suitable for temporary
dewatering of the excavation. In areas where silty sands (SM) or clayey sands (SC) are present
below the groundwater level, the water level should be lowered and maintained at least 3 feet
below the proposed bearing level to permit excavation and construction without disturbing the
foundation soils.
In areas where broken line streams or significant surface drainage flow is anticipated to be
interrupted by construction activities, alternate conduits should be considered to handle the flow.
Large flow volumes can degrade the structural continuity of excavations and bearing materials.
Fill Placement. In grassed or non load bearing areas most of the excavated soils should be
suitable for backfill. Fill in these areas should be placed in lifts no greater than 12 inches thick and
compacted to least 90 percent of the soil's maximum dry density as determined by the standard
. Proctor compaction test. Trenches beneath paved areas or future structures should be backfilled
to their design subgrade levels with structural fill. Structural fill is defined as inorganic natural soil
with maximum particle size of 1 inch and a maximum plasticity index of 30. Structural fill should
I
I
I
I
I-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Horsepen Sewer
Job No. U1478. Report No. 27578
October 18, 2005
Paqe 4
be placed in relatively thin (4- to 8-inch) layers and compacted to at least 95 percent of the soil's
standard Proctor maximum dry density. The upper 1-foot of all structural fill beneath pavements
should be compacted to at least 98 percent.
In our opinion, the sand soils (classifications SM and SC) can be used as a source of structural fill
with some wetting or drying to obtain the required density. The clay soils (CL and CH) may also
be used for backfill, but significant wetting or drying may be required to obtain the required
densities. In areas where these soils are below the water table or are otherwise wet, it may be
more economical to import select fill for areas beneath structures and pavements.
Field Density Testing. We recommend that density testing be performed on a full-time basis
during placement of structural fill beneath roadways and structures. During full-time density
testing, the test frequency can be determined by our personnel based on the area to be tested,
the equipment used, and construction schedule. Tests should be performed at vertical intervals of
2 feet or less as the fill is being placed. We recommend density testing by a technician working
under the direction of our project engineer.
OORE appreciates the opportunity to perform ,these borings. We can provide additional services
necessary to develop this project, including environmental assessment. Please call us if you have
any questions about this report or our services.
Respectfully submitted,
QORE Property Sciences
PlrxkL I{lL
Geotec ical Engineer
GA Registration #13784
-;
hJ-
Lucas Sim*
Staff Engineer
I
I
I
I
.1
I
I
I
I
I
I
I
I
I
I
I
I
I-
I
APPENDIX
Test Boring Records
Procedures
ASFE Information
I,
I
I
I
I
I
I
I
I
I
1
I'
I
I
1
1
I
I
I
'-"
Prepared for:
Johnson, Laschober & Associates, P. C.
1296 Broad Street
Augusta, Georgia 30901
Prepared by:
QORE Property Sciences
645 B Frontage Road"
Augusta, Georgia 30907
,Job Number U1478, Report Number 27578
October 11, 2005
REPORT OF
SUBSURFACE EXPLORATION
HORSEPEN SEWER
AUGUSTA, GEORGIA
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~
QORE
PROPERTY SCIENCES
October 18, 2005
Johnson, Laschober & Associates, P.C.
1296 8road Street
Augusta, Georgia 30901
Attention: Mr. Richard J. Laschober, P.E.
Re: Subsurface Exploration
Horsepen Sewer
Augusta, Georgia
Job No. U1478, Report No. 27578
,
OORE, Inc. has completed soil test borings for the referenced project in accordance with our
proposal number 02220 dated September 12, 2003. Test boring records are attached.
Project Information. The project consists of the addition to several new sanitary sewer lines in
Richmond County, Georgia, just east of Fort Gordon. The new lines will be in the upper region
of a sub-drainage basin which is downstream and east of Jamestown subdivision. The borings
were authorized by your firm to determine rock and groundwater levels at the requested boring
locations and to provide an indication of the nature of the excavated materials.
Field Exploration Methods. A total of 18 soil test borings were performed at the requested
locations throughout the area where the proposed sewer lines will be installed. The borings were
performed on Crest Rd. (81 and 82), Pepperdine Rd. (83), Whittier PI. (84), Harwood Dr. (85),
Arrowood Circle (88 and 89), Yellowood Ct. (810), the north side of Tobacco Rd. (811), New,
Karlene Rd. (812, 813, andB14), Nance 8lvd. (815), 8arker Rd. (816), and 81ackmon Ct. (817).
80rings 86, 87, and .818 were performed off of the road. 80ring 86 was performed off of
Harwood Dr., 80ring 87 was performed off of Arrowood Circle, and boring 81.8 was performed off
of Crest Rd. All borings were completed to their planned termination' depths of 10 or 15 feet
below grade, except for boring 86 which caved in at a depth of five feet. The test boring locations,
identified by Profile sheet and station or manhole number, are indicated on each Test 80ring
Record.
645B frontage Road", Augusta. GeorgiaJ0907 (706) ll55-2060fax .(706)855-20 I f
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
,I
I
Horsepen Sewer
Job No. U1478, Report No. 27578
October 18, 2005
Paqe 2
The subsurface exploration began with a visual site reconnaissance performed by a member of
our professional staff. Our personnel located the soil test borings by estimating right angles and
measuring distances from existing features based on the drawings provided. Soil test borings 81
through B5 and B7 through B17 were performed utilizing a truck mounted CME 55 drill rig. The
soil test borings were drilled by mechanically advancing hollow stem augers into the ground.
Standard penetration tests (SPT) were performed with a rope and cathead at regular intervals in
the borings to estimate soil consistency and to obtain soil samples. Portions of each sample were
transported to our laboratory for testing, engineering review, and visual classification. Borings
B6 and B 18 were performed with a hand auger and logged in the field our geotechnical engineer.
The depth to groundwater wa~ measured in the borings before backfilling the boreholes with
auger cuttings. Borings in paved areas were repaired ~ith a commercially available cold patch
material. Soil descriptions, standard penetration test results, and other subsurface data are
presented in the Test Boring Records.
The procedures used by OORE for field sampling and testing were performed in general
accordance with ASTM procedures and established practice. More detailed descriptions of our
drilling procedures are attached.
Geology. The site is ,located in the Coastal Plain Physiographic Province of Georgia. The
Coastal Plain is a wedge-shaped deposit of Cretaceous and younger sediments that range in
thickness from neqr zero at the contact with the Piedmont Physiographic Province (the Fall
Line) along its northwest edge, to thousands of feet at the coast. Coastal Plain soils are marine
deposits laid down in the geologic past when ocean levels were higher and can contain various
materials including interbedded soft and hard limestones, gravel, saQds, silts, and clays, as well
as organics.
Subsurface Conditions. Soils encountered were typical Coastal Plain soils and refusal was not
encountered in any of the borings. Shallow subsurface materials encountered in the borings
consisted of a combination of asphalt, topsoil, silty sands and clayey sands. Below the shallow
subsurface materials, borings B5, B 13, B 14, B 15, and B 16 encountered materials determined
to be fill. The fill consisted of a combination of very loose to very firm silty sands and plastic
clays and ranged in depth from three to 13 feet below grade. Beneath the shallow subsurface
materials in the remaining borings and the fill in the affected borings, a combination of very
loose to very dense silty sands and silty clayey sands were encountered to boring termination,
except for borings B6 and B 15 which encountered materials determined to be soft to very stiff .
clays.
..
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Horsepen Sewer
Job No. U1478, Report No. 27578
October 18, 2005
Paqe 3
The above information and our Test 80ring Records do not reflect variations in the subsurface
conditions, which are likely to exist intermediate of our borings, and in unexplored areas of the
site. These variations are due to the inherent variability of the subsurface conditions in this
geologic region as well as past land uses. The indicated boundaries between soil strata are '
approximate and the transitions between strata are generally gradual.
Excavation. While none of the borings encountered "refusal", very high consistency soils
(standard penetration values of more than 50 blows per foot) were in encountered in borings 82,
84, and 88. We anticipate that these materials can be excavated using a large crawle~ mounted
backhoe. We recommend that the project specifications require that a backhoe comparable to a
Caterpillar 235 be used for trench excavation.
Groundwater. Groundwater was encountered in borings 85, 86, and 816 at approximate depths
of 11, 4.5, and 10.5 feet below the ground surface, respectively. 80ring 818 did not encounter
any groundwater at the time of this exploration, but it is in an area that receives surface sheet
flow runoff from a large surrounding area. Depending on seasonal rainfall, future groundwater
levels may be encountered at depths different from those identified in our borings. It is likely
that permanent groundwater at this site will be encountered during construction. Because of
the length of the project and variation of subsurface conditions, different types of dewatering
systems will be required.
In areas where the subsurface materials have a relatively low permeability (stiff to hard clayey
soils) drainage trenches and/or pumping from shallow sumps may be suitable for temporary
dewatering of the excavation. In areas where silty sands (SM) or clayey sands (SC) are present
below the groundwater level, the water level should be lowered and maintained at least 3 feet
below the proposed bearing level to permit excavation and construction without disturbing the
foundation soils.
In areas where broken line streams or significant surface drainage flow is anticipated to be
interrupted by construction activities, alternate conduits should be considered to handle the flow.
Large flow volumes can degrade the structural continuity of excavations and bearing materials.
Fill Placement. In grassed or non load bearing areas m.ost of the excavated soils should be
suitable for backfill. Fill in these areas should be placed in lifts no greater than 12 inches thick and
- .
compacted to least 90 percent of the soil's maximum dry density as determined by the standard
Proctor compaction test. Trenches beneath paved areas orJuture structures should be backfilled
to their design subgrade levels with structural fill. Structural fill is defined as inorganic natural soil
with maximum particle siie of 1 inch and a maximum plasticity index of 30. Structural fill should
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Horsepen Sewer
Job No. U1478. Report No. 27578
October 18, 2005
Paqe 4
be placed in relatively thin (4- to 8-inch) layers and compacted to at least 95 percent of the soil's
standard Proctor maximum dry density. The upper 1-foot of all structural fill beneath pavements
should be compacted to at least 98 percent.
In our opinion, the sand soils (classifications SM and SC) can be used as a source of structural fill
with some wetting or drying to obtain the required density. The clay soils (CL and CH) may also
be used for backfill, but significant wetting or drying may be required to obtain the required
densities. ,In areas where these soils are below the water table or are otherwise wet, it may be
more economical to import select fill for areas beneath structures and pavements.
Field Density Testing. We recommend that density testing be performed on a full-time basis
during placement of structural fill beneath roadways and structures,' During full-time density
testing, the test frequency can be determined by our personnel based on the area to be tested,
the equipment used, and construction schedule. Tests should be performed at vertical intervals of
2 feet or less as the fill is being placed. We recommend density testing by a technician working
under the direction of our project engineer:
OORE appreciates the opportunity to perform these borings. We can provide additional services
necessary to develop this project, including environmental assessment. Please call us if you have
any questions about this report or our services.
Respectfully submitted,
QORE Property Sciences
p~kL I{1L
Geotec ical Engineer
GA Registration #13784
-I
Wo/r:~
Dirk.v~Re.enen, P.E. '
Senior Geotechnical Engineer
GA Registration #9786
hJ-
Lucas Sim*
, Staff Engineer
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AFiPENDIX
Test Boring Records
Procedures
ASFE Information
I
I
C SPE2
R E™
BORING NO:
81
TEST BORING RECORD
SCIENCES
I
I
PROJECT: Horsepen Sewer JOB NO: U1478 REPORT NO: 27578
PROJECT LOCATION: Augusta, GA "
ELEVATION: +/- feet BORING STARTED: 9/29/2005 BORING COMPLETED: 9/29/2005
DRILLING METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead
GROUNDWATER: Not Encountered BORING DIAMETER (IN): 6 SHEET 1 OF 1
Remarks: Approximate Boring Location
Profile C2.17 Sta 12+75
ELEV. DEPTH STANDARD PENETRATION BLOWS
G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6"
0 10 20 30 40 50 60 70 809010
- 0 Asohalt
r f---
Very firm, light brown slightly silty clayey fine SAND ""IX
(SC) , , 10-14-
16
Dense, red light brown slightly silty clayey fine SAND -
(SC) ,.,,'..X
~ 12-15-
18
-5-
Very firm, red slightly silty clayey fine SAND (SC) ':IX
7-12-
15
, f---
/" X
- 8-11-
13
-10- '---
- /~/
Very firm, red and tan slightly silty clay fine SAND
I (SC) ~IX
5 - 9 - 14
1-15
Boring terminated at 15 feet.
I
J-- 20 -
I
I
I
I
I
I
I
I
I
'"
I ~
o
f-
o
C>
0..
I ~
o
o
...,
0..
I i
w
en
Z
w
I i
:c
o
0:
I !
z
oc
o
co
.1
I
I
C SPE~
R ElM
BORING NO:
82
TEST BORING RECORD
SCIENCES
I
I
'"
Q
<D
c;
PROJECT: Horsepen Sewer JOB NO: U1478 I REPORT NO: 27578
PROJECT lOCATION: Augusta, GA
ELEVATION: +/- feet BORING STARTED: 9/29/2005 BORING COMPLETED: 9/29/2005
DRilLING METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead
GROUNDWATER: Not Encountered BORING DIAMETER (IN): 6 SHEET 1 OF 1
Remarks: Approximate Boring Location
Profile C2.19 Sta 4+00
ElEV. DEPTH STANDARD PENETRATION BLOWS
G (FT.) (FT.) MATERIAL DESCRIPTION l S R RESISTANCE (N) /6"
0 10 20 30 40 50 60 70 809010
-0 ASDhalt
r X
- Very firm, red and tan silty fine SAND (SM)
- , 8-10-
14
: .'-
"
Firm, light brown to tan slightly silty clayey fine SAND
(SC) ,:<IX
l~ 8-9-10
1-5- 1'-..
"- ~"
Very dense, light brown to tan clayey fine SAND with ,IX
some Kaolin (SC) > 50/3
, '--
zX > 50/4.5
-10 ~,
Boring terminated at 10 feet.
,I
-15-
1
I- 20 -
I
I
I
I
I
I
I
I
I
I
fo-
o
<.?
Q..
I !
o
o
....,
I ;
w
(FJ
z
w
I i
:I:
o
a:
I !
z
tr
o
I ~
1
I
I
C SPEQ
R ElM
BORING NO:
83
TEST BORING RECORD
SCIENCES
I
I
'"
o
Ci5
o
PROJECT: Horsepen Sewer JOB NO: U1478 I REPORT NO: 27578
PROJECT LOCATION: Augusta, GA
ELEVATION: +/- feet BORING STARTED: 9/29/2005 BORING COMPLETED: 9/29/2005
DRILLING METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead
GROUNDWATER: Not Encountered BORING DIAMETER (IN): 6 SHEET 1 OF 1
Remarks: Approximate Boring Location
Profile C2.18 Sta 0+50
ELEV. DEPTH STANDARD PENETRATION BLOWS
G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6"
0 10 20 30 40 ~50 60 70 809010
-0 "'\Asohalt /"
Dense, light brown silty fine SAND (SM) -
. ;::X
\ 9-15-
17
"-
, ,
"
Dense, light brown slightly silty clayey fine SAND (SC)
',...IX .. 12-19-
/ 23
1-5-
Firm, tan silty fine SAND with trace clay (SM) 1/
:IX ,
6-8-8
,.1---
',,-
X . 5-7-9
-10 Boring terminated at 10 feet.
I
e- 15-
II -20-
I
I
I
I
I
I
I
I
I
I
I
f-
a
"
0..
lr
o
c..l
lr
o
o
...,
I ;
w
rn
z
w
I i
:c
a
lr
I !
z
c;:
o
I m
I
I
~ SPE2
R ElM
BORING NO:
84
TEST BORING RECORD
SCIENCES
I
I
I
I
I
I
I
I
I
I
I
I
on
~
c;
PROJECT: Horsepen Sewer JOB NO: U1478 I REPORT NO: 27578
PROJECT LOCATION: Augusta, GA
ELEVATION: +/- feet BORING STARTED: 9/29/2005 BORING COMPLETED: 9/29/2005
DRILLING METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead
GROUNDWATER: Not Encountered BORING DIAMETER (IN): 6 SHEET 1 OF 1
Remarks: Approximate Boring Location
Profile C2.22 MH 49 - MH 50
ELEV, DEPTH STANDARD PENETRATION BLOWS
G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6"
0 10 20 30 40 50 60 70 809010
'-0 ",Asphalt r
,---
Dense, light brown silty fine SAND with trace clay " :X
(SM) 14 - 23 -
26
'--
Very dense, red and tan slightly silty clayey fine SAND
(SC) IX
12 - 24 -
31
-s-
IX 10 - 20 -
36
Dense to very firm, red and light brown silty fine SAND 1/
with some trace clay (SM) ',-
:X , 6-11-
" 24
-10- ~ , '--
.,
"l---
:IX ~ 6-8-18
f-15 Boring terminated at 15 feet.
I
-20-
...,
<l.
t?
a::
~
UJ
en
Z
UJ
<l.
UJ
en
a::
o
:c
Cl
a::
I !
z
0:
I ~
I
I
I
fo-
Cl
t?
<l.
a::
o
u
a::
o
o
I
I
I
I
I
I
CSPE2
R ElM
BORING NO:
85
TEST BORING RECORD
SCIENCES
I
I
I
I
I
I
I
I
I
I
I
I
I
'"
e
ex)
C5
PROJECT: Horsepen Sewer JOB NO: U1478 I REPORT NO: 27578
PROJECT LOCATION: Augusta, GA
ELEVATION: +/- feet BORING STARTED: 9/29/2005 BORING COMPLETED: 9/29/2005
DRILLING METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead
GROUNDWATER: 'Sl11.0ATD BORING DIAMETER (IN): 6 SHEET 1 OF 1
Remarks: Approximate Boring Location
Profile C2.2 Sta 17+86
. .
ELEV, DEPTH STANDARD PENETRATION BLOWS
G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6"
0 10 20 30 40 50 60 70 809010
-0 Asohalt
r
Fill: Firm, red brown silty fine SAND with some wood IX
(SM) , 4-5-6
X 4-4-6
/
- 5 Soft to very soft, brown to black grey silty highly plastic /
CLAY (CH)
X
2-1-1
IX 1-1-1
I- 10-
'Sl
Coastal Plain: Loose, tan white micaeous silty fine to
medium SAND (SM)
',~
I ':X
. 5-3-2
-15 Boring terminated at 15 feet.
,
-20-
l-
e
<::l
c..
c::
o
()
c::
o
o
...,
c..
<::l
c::
~
w
(/)
Z
w
c..
w
(/)
c::
o
I
e
c::
o
()
w
c::
<::l
Z
~
o
<xl
I
I
C SPEQ
R E™
BORING NO:
86
TEST BORING RECORD
SCIENCES
I
I
'"
e
co
Cl
PROJECT: Horsepen Sewer JOB NO: U1478 I REPORT NO: 27578
PROJECT LOCATION: Augusta, GA
ELEVATION: +/- feet BORING STARTED: 9/30/2005 BORING COMPLETED: 9/30/2005
DRILLING METHOD: Hand Auger RIG TYPE: HAMMER: DCP
GROUNDWATER: .sz 4.5 ATD BORING DIAMETER (IN): 4 SHEET 1 OF 1
Remarks: Approximate Boring Location
Profile C2.2 Sta 20+10
ELEV. DEPTH STANDARD PENETRATION BLOWS
G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6"
0 10 20 30 40 50 60 70 809010
- 0 Topsoil ,," t..
1/. ~~
Firm, tan clayey SAND (SC)
Soft, light tan yellow silty CLAY (CH)
.sz ~
-5 Boring caved at 5 feet. Boring terminated.
-10-
I
1-15-
I
-20-
I
I
I
I
I
I
I
I
I
I
I
fo-
Cl
Cl
"-
a::
o
u
a::
o
a
I
...,
"-
Cl
a::
~
w
en
Z
w
"-
w
en
a::
o
:c
Cl
a::
o
u
w
a::
Cl
z
0::
o
OJ
I
I
I
I
I
C SPEQ
R E™
BORING NO:
87
TEST BORING RECORD
SCIENCES
I
I
'"
>2
<Xl
PROJECT: Horsepen Sewer JOB NO: U1478 I REPORT NO: 27578
PROJECT LOCATION: Augusta, GA
ELEVATION: +/- feet BORING STARTED: 9/29/2005 BORING COMPLETED: 9/29/2005
DRILLING METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead
GROUNDWATER: Not Encountered BORING DIAMETER (IN): 6 SHEET 1 OF 1
Remarks: Approximate Boring Location
Profile C2.5 Sta 1+00
ELEV. DEPTH STANDARD PENETRATION BLOWS
G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6"
" 1" 2" 30 40 50 60 70 809010
1-0 r-..Asohalt
Firm, brown silty fine SAND (SM) '-
"'X
' , / 4 - 7 - 12
: :'--
Loose to very firm, light brown to tan slightly silty .........~
clayey fine SAND (SC)
. 3-4-5
-5-
.IX \ 4-7-8
," I--
/
~X . 4-10-
12
-10 Boring terminated at 10 feet.
I
1-15-
II -20-
I
I
I
I
I
I
I
I
I
I
2;
'I
f-
o
Cl
a.
0::
o
()
0::
o
o
I
..,
a.
I' ~
w
en
Z
w
Cl.
w
en
0::
o
:r:
o
c::
o
()
w
0::
Cl
z
ii:
o
lD
I
I
-
I
I
C SPE~
R ElM
BORING NO:
88
TEST BORING RECORD
SCIENCES
I
I
'"
o
ii3
25
PROJECT: Horsepen Sewer JOB NO: U1478 I REPORT NO: 27578
PROJECT LOCATION: Augusta, GA
ELEVATION: +/- feet BORING STARTED: 9/29/2005 BORING COMPLETED: 9/29/2005
DRILLING METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead
GROUNDWATER: Not Encountered BORING DIAMETER (IN): 6 SHEET 1 OF 1
Remarks: Approximate Boring Location
Profile C2.26 Sta 5+00
ELEV. DEPTH STANDARD PENETRATION BLOWS
G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6"
0 10 20 30 40 50 60 70 809010
-0 ,Asphalt r"
Very dense to firm, light brown to tan slightly silty X
clayey SAND (SC) ~ 8-12-
') 16
"- \
,', I--- \
,..'.IX 12 - 20 -
29
-5- Ij
,IX 11 - 21 -
/ 37
,'/. ' V
, ,',I- /
~X ~ 4-7-7
-10 ~ [0,
Boring terminated at 10 feet.
I
,
I- 15-
I
-20-
I
I
I
I
I
I
I
I
I
I
I
l-
n
f..?
0-
0::
o
U
0::
o
o
I
...,
0-
f..?
0::
~
w
en
z
w
0-
W
en
0::
o
:r
n
0::
o
U
w
0::
f..?
z
iY
o
'"
I
I
I
-
I
I
I
I
I
I
I
I
I
I
I
I
I
'"
I ~
C5
f-
Cl
CJ
I CL
a::
0
()
I
a::
0
0
...,
I CL
CJ
a::
~
w
CI.l
Z
w
I CL
w
CI.l
a::
0
:c
Cl
a::
I 0
()
w
a::
I
CJ
Z
cr
0
I co
-
C SPE9y
R E™
TEST BORING RECORD
SCIENCES
PROJECT: Horsepen Sewer
PROJECT LOCATION: Augusta, GA
ELEVATION: +/- feet
JOB NO: U1478
GROUNDWATER:
DRILLING METHOD: HSA
BORING STARTED: 9/29/2005
RIG TYPE: CME 55
Not Encountered
Remarks: Approximate Boring Location
Profile C2.27 Sta 0+00
G ELEV, DEPTH
(FT.) (FT.)
- 0
-5-
'- 10
-15-
I- 20 -
MATERIAL DESCRIPTION
Asphalt
Very firm, red light brown slightly silty clayey fine
SAND (SC)
Firm, tan silty fine SAND (SM)
Firm, tan slightly silty clayey fine SAND (SC)
Boring terminated at 10 feet.
BORING DIAMETER (IN): 6
BORING NO:
89
I REPORT NO: 27578
BORING COMPLETED: 9/29/2005
HAMMER: Rope and Cathead
SHEET 1 OF 1
L S R
STANDARD PENETRATION
RESISTANCE (N)
BLOWS
16"
o 10 20 30 40 50 60 70 809010
r
-
x
IX
r--
" l--
:':IX
" f--
." I--
IX
t;;/,'
,
6-10-
12
I
~
3-5-8
.
4-7-9
I
~
3-4-8
I
I
C SPEQ
R . ElM
BORING NO:
810
TEST BORING RECORD
SCIENCES
I
I
"'
o
iil
25
PROJECT: Horsepen Sewer JOB NO: U1478 I REPORT NO: 27578
PROJECT LOCATION: Augusta, GA
ELEVATION: +/- feet BORING STARTED: 9/29/2005 BORING COMPLETED: 9/29/2005
DRILLING METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead
GROUNDWATER: Not Encountered BORING DIAMETER (IN): 6 SHEET 1 OF 1
Remarks: Approximate Boring Location
Profile C2.27 Sta 8+94
ELEV. DEPTH STANDARD PENETRATION BLOWS
G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6"
0 10 20 30 40 50 60 70 809010
'-0 Asohalt . .
,,-
Firm to very firm, light brown and tan slightly silty ~IX
clayey fine SAND (SC) II 9-13-
15
',~
, i--
,','IX
' , 6-8-12
'-5-
','-
:X I 7-9-9
Firm, tan silty fine SAND with trace clay (SM) ',-
- :IX .
, 6 - 9 - 10
-10 Boring terminated at 10 feet.
I
-15-
I
-20-
I
I
I
I
I
I
I
I
I
I
I
f-
a
<.?
ll.
0::
o
U
0::
o
o
...,
I ~
w
C/)
z
I i
I
a
0::
I !
z
1t'
o
I m
-
I
I
C SPE~
R ElM
BORING NO:
811
TEST BORING RECORD
SCIENCES
I
I
'"
o
to
25
PROJECT: Horsepen Sewer JOB NO: U1478 I REPORT NO: 27578
PROJECT LOCATION: Augusta, GA
ELEVATION: +/- feet BORING STARTED: 9/29/2005 BORING COMPLETED: 9/29/2005
DRILLING METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead
GROUNDWATER: Not Encountered BORING DIAMETER (IN): 6 I SHEET 1 OF 1
Remarks: Approximate Boring Location
Profile C2.4 Sta 50+75
ELEV. DEPTH STANDARD PENETRATION BLOWS
G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6"
0 10 20 30 40 50 60 70 809010
f-O Firm to very firm, light brown red and tan silty fine
,',,~
SAND (SM) with trace clay ,:X
41 5-6-7
'. --
'.
',J-
dX 5-7-9
-5- .:' r--
" >---
>IX 3 - 6 - 10
",r_
" '\
',~
:~X 6-12-
16
-10- " ---.:
. ,
Dense, tan slightly silty clayey fine SAND (SC)
I >::IX
10-17-
21
f- 15 Boring terminated at 15 feet.
I
f- 20 - UlllWllI
~l LllJJ
I
I
I
I
I
I
I
I
I
I
I
f-
a
c.:J
0-
0::
o
C,)
0::
o
o
....,
I ~
w
en
Z
w
I j
I
a
0::
I !
z
ii
o
I ~
-
I
I
C SPE9y
R E™
BORING NO:
812
TEST BORING RECORD
SCIENCES
I
I
f-
a
C>
0-
cr:
o
(.)
cr:
o
o
PROJECT: Horsepen Sewer JOB NO: U1478 I REPORT NO: 27578
PROJECT-LOCATION: Augusta, GA
ELEVATION: +/- feet BORING STARTED: 9/29/2005 BORING COMPLETED: 9/29/2005
DRILLING METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead .
GROUNDWATER: Not Encountered BORING DIAMETER (IN): 6 SHEET 1 OF 1
Remarks: Approximate Boring Location
Profile C2.4 Sta 47+75
ELEV. DEPTH STANDARD PENETRATION BLOWS
G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6"
0 10 20 30 40 50 60 70 809010
- 0 Very firm, red brown slightly silty clayey fine SAND '/
(SC) :-:IX
10-10-
13
'/
X 11-12-
Ii / 13
1-5-
Firm to loose, red to light red silty fine SAND with IX I
trace clay (SM) 10 - 7 - 9
't-
"..- j
:IX 3-4-3
-10 Boring terminated at 10 feet.
I
-15-
.'
I
I- 20 -
I
I
I
I
1
I
I
I
I
I
'"
I' ~
C5
I
-,
0-
C>
cr:
;g
w
en
Z
w
0-
W
en
cr:
o
J:
a
cr:
I ~
C>
z
C!
o
0)
I
I
-
I
I
C SPE2
R E'M
BORING NO:
813
TEST BORING RECORD.
SCIENCES
I
I
OJ)
o
Q5
o
PROJECT: Horsepen Sewer JOB NO: U1478 I REPORT NO: 27578
PROJECT LOCATION: Augusta, GA
ELEVATION: +/- feet BORING STARTED: 9/29/2005 BORING COMPLETED: 9/29/2005
DRILLING METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead
GROUNDWATER: Not Encountered BORING DIAMETER (IN): 6 SHEET 1 OF 1
Remarks: Approximate Boring Location
Profile C2.3 Sta 40+85
ELEV. DEPTH STANDARD PENETRATION BLOWS
G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6"
0 10 20 30 40 50 60 70 809010
-0 Fill: Firm to very loose, brown with some red silty fine
SAND with trace clay (SM) IX
I 7-8-9
IX ( 3-2-1
1-5- \
r-
'X 1-3-6
Coastal Plain: Firm, brown and grey silty fine SAND ',,-- 1\
(SM) ':X
9-7-7
-10 Boring terminated at 10 feet.
I
"- 15-
I
-20-
I
I
I
I
I
I
I
I
I
I
I
f-
a
"
0-
n:
o
u
n:
o
o
I
....,
0-
"
n:
~
w
en
Z
w
0-
W
en
n:
o
J:
a
n:
o
u
w
n:
"
z
a:
o
o:l
I
I
I
I
I
C SPE2
R E™
BORING NO:
814
TEST BORING RECORD
SCIENCES
I
I
'"
e
<Xl
25
PROJECT: Horsepen Sewer JOB NO: U1478 I REPORT NO: 27578
PROJECT LOCATION: Augusta, GA
ELEVATION: +/- feet BORING STARTED: 9/29/2005 BORING COMPLETED: 9/29/2005
DRILLING METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead
GROUNDWATER: Not Encountered BORING DIAMETER (IN): 6 SHEET 1 OF 1
Remarks: Approximate Boring Location
Profile C2.8 Sta 15+35
ELEV. DEPTH .. STANDARD PENETRATION BLOWS
G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6"
0 10 20 30 40 SO 60 70 809010
1-0 Asphalt
Fill: Firm to very firm, brown silty clayey fine SAND ,.--
(SC) X 8-12-
15
IX 4 - 8 - 16
f-5- II
IX ) 5 - 7 - 12
IX I~ 2-5-7
-10-
-
Coastal Plain: Firm, tan silty fine to medium SAND " ,.--
I with trace clay (SM) :X
.. 5-7-9
1-15 Boring terminated at 15 feet.
'I -20-
I
I
I
I
I
I
I
I
I
I
I
I-
o
"
0..
0::
o
U
0::
o
o
I
...,
0..
"
0::
~
w
'"
z
W
0..
W
'"
0::
o
:I:
o
0::
o
U
W
0::
"
Z
CI'
o
co
I
I
I
I
I
C SPEQ
RE™
BORING NO:
815
TEST BORING RECORD
SCIENCES
I
I
'"
e
'"
o
PROJECT: Horsepen Sewer JOB NO: U1478 REPORT NO: 27578
PROJECT lOCATION: Augusta, ,GA
ELEVATION: +/- feet BORING STARTED: 9/29/2005 BORING COMPLETED: 9/29/2005
DRilLING METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead
GROUNDWATER: Not Encountered BORING DIAMETER (IN): 6 SHEET 1 OF 1
Remarks: Approximate Boring Location
Profile C2.3 Sta 31 +86
ElEV. DEPTH STANDARD PENETRATION BLOWS
G (FT.) (FT.) MATERIAL DESCRIPTION l S R RESISTANCE (N) /6"
0 10 20 30 40 50 60 70 809010
f-O I\Asohalt r
Fill: Very firm, light brown silty clayey fine SAND (SC) -
X
6-10-
11
IX 4-12-
16
-s-
IX 1/ 5-10-
, 17
Coastal Plain: Firm, tan silty fine, medium to coarse ',f-- /
SAND with trace clay (SM) :X
I 5-6-8
'-10 - , "---'
Very Stiff, tan silty lean CLAY with some Kaolin (CL) -
l--
I ~
. 3 - 7 - 10
-15 Boring terminated at 15 feet.
'.
I
f- 20 -
I
I
I
I
I
I
I
I
I
I
I
I-
o
C>
0-
0::
o
U
0::
o
o
I
--,
0-
C>
0::
~
W
en
Z
w
0-
W
en
0::
o
J:
o
0::
o
U
W
0::
C>
'z
[2
o
<Xl
I
I
I
-
I
I
~~ Sn9y
R ElM
BORING NO:
816
TEST BORING RECORD
SCIENCES
I
'"
e
<Xl
PROJECT: Horsepen Sewer JOB NO: U1478 I REPORT NO: 27578
PROJECT lOCATION: Augusta, GA
ELEVATION: +/- feet BORING STARTED: 9/29/2005 BORING COMPLETED: 9/29/2005
DRilLING METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead
GROUNDWATER: 'Sl 10.3 ATD BORING DIAMETER (IN): 6 SHEET 1 OF 1
Remarks: Approximate Boring Location
Profile C2.9 MH 12.3
ElEV. DEPTH STANDARD PENETRATION BLOWS
G (FT.) (FT.) MATERIAL DESCRIPTION l S R RESISTANCE (N) /6"
0 10 20 30 40 50 60 70 809010
1-0 ",\Asphalt /"
Fill: Firm, brown silty fine to medium SAND (SM) IX
II 5-5-6
'----' ./
Coastal Plain: Very loose to firm, tan white micaeous ',-
silty fine to medium SAND (SM) :X
1-1-1
-5- '-
'I--
IX 1-1-2
,J---
',-
:X 2-3-5
~Z '-10 - , '----'
-
I ...~
. 3-5-7
-15 Boring terminated at 15 feet.
I
-20-
I
I
I
I
I
I
I
I
I
I
I
I
~
t-
o
Cl
a.
0::
o
(,)
0::
o
o
I
...,
I;
w
(j)
Z
w
a.
w
(j)
0::
o
J:
o
0::
o
(,)
W
0::
Cl
Z
a:
o
'"
1
I
-
I
.1
l~ SPE9y
R E™
BORING NO:
817
TEST BORING RECORD
SCIENCES
I
I
'"
o
ro
o
PROJECT: Horsepen Sewer JOB NO: U1478 I REPORT NO: 27578
PROJECT LOCATION: August.a, GA
ELEVATION: +/- feet BORING STARTED: 9/29/2005 BORING COMPLETED: 9/29/2005
DRILLING METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead
GROUNDWATER: Not Encountered BORING DIAMETER (IN): 6 SHEET 1 OF 1
Remarks: Approximate Boring Location
Profile C2.21 MH 12.4.10
ELEV. DEPTH STANDARD PENETRATION BLOWS
G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6"
0 10 20 30 40 50 60 70 809010
-
- 0 "Asphalt r
Firm to very firm, red slightly silty clayey fine SAND IX
(SC) \ 5-7-8
, . f---'
'/ 'IX '~ 8-10-
13
-5- ',,--
"f--
'".',!X 10-12-
17
Dense, tan silty finr to medium SAND with trace clay ',C--
(SM) :IX
7-13-
-10 18
Boring terminated at 10 feet.
I
f-- 15-
I
-20-
I
I
I
I
I
I
I
I
I
I
I
f-
a
(9
0..
oc
o
()
oc
o
o
I
....,
0..
c;
oc
~
w
<n
Z
w
0..
w
<n
oc
o
I
a
oc
o
()
w
oc
(9
z
a:
o
lD
I
I
I
-
I
I
~~ SPE~
R E™
BORING NO:
818
TEST BORING RECORD
SCIENCES
I
I
'"
o
ii5
i3
PROJECT: Horsepen Sewer JOB NO: U1478 I REPORT NO: 27578
PROJECT LOCATION: Augusta, GA
ELEVATION: +/- feet BORING STARTED: 9/30/2005 BORING COMPLETED: 9/30/2005
DRILLING METHOD: Hand Aug'er RIG TYPE: HAMMER: DCP
GROUNDWATER: Not Encountered BORING DIAMETER (IN): 4 SHEET 1 OF 1
Remarks: Approximate Boring Location
Profile C2.31 Sta 17+25
ELEV. DEPTH STANDARD PENETRATION BLOWS
G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6"
0 10 20 30 40 50 60 70 809010
- 0 Loose, brown with yellow silty fine SAND (SM)
Loose to very firm, red brown silty fine to medium
SAND (SM)
1-5-
-10 Boring terminated at 10 feet.
I
I- 15-
'I -20-
I
I
I
I
I
I
I
I
I
I
I
f-
a
Cl
0..
tr
o
U
tr
o
o
....,
0..
Cl
tr
~
w
en
z
w
I i
:r:
a
tr
o
U
w
tr
Cl
z
a:
o
<Xl
I
I
I
-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PROCEDURES
SOIL TEST BORING, ASTM 0-1586
The borings were made with a hollow-stem auger powered by a 125-horsepower drill rig.
At regular intervals, soil samples were obtained through the hollow augers with a standard
1.4-inch 1.0., 2.0-inch 0.0. split-tube sampler.
The sampler was initially seated 6 inches to penetrate any loose cuttings; then driven an
additional foot with blows of a 140-pound hammer falling 30 inches actuated by a rope and
cathead. The number of hammer blows required to drive the sampler the final foot was
recorded and is 'designated as the standard penetration resistance. Penetration
resistance, when properly evaluated, is an index to soil strength and density.
In the field, the driller logged and described the samples as they were obtained.
Representative portions of each soil sample were then sealed in labeled glass jars and
transported to our laboratory.' The samples were examined by a graduate geotechnical
engineer or engineering geologist to visually check the field descriptions. Boring data,
including sample intervals, penetration resistances, soil descriptions, and groundwater
level are shown on the attached Test Boring Records.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PROCEDURES
CORRELATION
OF
STANDARD
PENETRATION RESISTANCE
WITH
RELATIVE COMPACTNESS AND CONSISTENCY
Sand and Gravel
Standard Penetration Resistance
Blows/Foot
Relative Compactness
0-4
5-10
11-20
21-30
31-50
Over 50
Very Loose
Loose
Firm
Very Firm
Dense
Very Dense
Silt and Clav
Standard Penetration Resistance
Blows/Foot
Consistency
0-1
2-4
5-8
9-15
16-30
31-50
Over 50
Very Soft
Soft
Firm
Stiff
Very Stiff
Hard
Very Hard
Geotechnical Engineering Report
I
I
I
I'
I
I
I
I
I
I
I
I
I
Geotechnical Services Are Performed for
Speciloc Purposes, Persons, and Projects
Geotechnical engineers structure their services to meet the spe-
cific needs of their clients. A geotechnical engineering study con-
ducted for a civil engineer may not fulfill the needs of a construc-
tion contractor or even another civil engineer. Because each geot-
echnical engineering study is unique, each geotechnical engi-
neering report is unique, prepared solely for the client. No one
except you should rely on your geotechnical engineering report
without first conferring with the geotechnical engineer who pre-
pared it. And no one-not even you-should apply the report for
any purpose or project except the one originally contemplated.
Read the Full Report
Serious problems have occurred because those relying on a.
geotechnical engineering report did not read it all. DO not rely
on an executive summary. Do not read selected elements only. '
A GeotaJchnical Engineering Repanrt Is Based on
A Unique Set of Project-Specifuc FactoS's
Geotechnical engineers consider a number of unique, project-spe-
cific factors when establishing the scope of a study. Typical factors
include: the client's goals, objectives, and risk management pref-
erences; the general nature of the structure involved, its size, and
configuration; the location of the structure on the site; and other
planned or existing site improvements, such as access roads,
parking lots, and underground utilities. Unless the geotechnical
engineer who conducted the study specifically indicates other-
wise, do not rely on a geotechnical engineering report that was:
. not prepared for you,
. not prepared for your project,
. not prepared for the specific site explored, or
. completed before important project changes were made.
Typical changes that can erode the reliability of an existing
geotechnical engineering report include those that affect:
. the function of the proposed structure, as when
it's changed from a parking garage to an office
building, or from a light industrial plant to a
refrigerated warehouse,
. . elevation, configuration, location, orientation, or
weight of the proposed structure,
. composition of the design team, or
. project ownership.
As a general rule, always inform your geotechnical engineer
of project changes-even minor ones-and request an
assessment of their impact. Geotechnical engineers cannot
accept responsibility or liability for problems that occur
because their reports do not consider developments of which
they were not informed.
Subsurface Conditions Can Change
A geotechnical engineering report is based on conditions that
existed at the time the study was performed. 00 not rely on a
geotechnical engineering report whose adequacy may have
been affected by: the passage of time; by man-made events,
such as construction on or adjacent to the site; or by natural
events, such as floods, earthquakes, or groundwater fluctua-
tions. Always contact the geotechnical engineer before apply-
ing the report to determine if it is still reliable. A minor amount
of additional testing or analysis could prevent major problems.
Most Geotechnical Findings Are
Professional Opinions
Site exploration identifies subsurface conditions only at those
points where subsurface tests are conducted or samples are
taken. Geotechnical engineers review field and laboratory data
and then apply their professional judgment to render an opinion
about subsurface conditions throughout the site. Actual sub-
surface conditions may differ-sometimes significantly-from
those indicated in your report. Retainingthe geotechnical engi-
neer who developed your report to provide construction obser-
vation is the most effective method of managing the risks asso-
ciated with unanticipated conditions.
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-
A Repopt's Recommendations Are Not Final
Do not overrely on the construction recommendations included
in your report. Those recommendations are not final, because
geotechnical engineers develop them principally from judgment
and opinion. Geotechnical engineers can finaliz? their recom-
mendations only by observing actual subsurface conditions
revealed during construction. The geotechnical engineer who
developed your report cannot assume responsibility or liability for
the report's recommendations if that engineer does not perform
construction observation.
A Geotechnical Engineering Report Is Subject
To Misinterpretation .
Other design team members' misinterpretation of geotechnical
engineering reports has resulted in costly problems. Lower
that risk by having y<?u'r geotechnical engineer confer with
appropriate members of the design team after submitting the
report. Also retain your geotechnical engineer to review perti-
nent elements of the design team's plans and specifications.
Contractors can also misin'terpret a geotechnical engineering
report. Reduce that risk by having your geotechnical engineer
participate in prebid and preconstruction conferences, and by
providing construction observation.
Do Not Redraw the Engineer's logs
Geotechnical engineers prepare final boring and testing logs
based upon their interpretation of field logs and laboratory
data. To prevent errors or omissions, the logs included in a
geotechnical engineering report should never be redrawn for
inclusion in architectural or other design drawings. Only photo-
graphic or electronic reproduction is acceptable, but recognize
that separating logs from the report can elevate risk.
Give Contractors a Complete
Report and Guidance
Some owners and design professionals mistake~ly believe they
can make contractors liable for unanticipated subsurface condi- ,
tions by lilliiting what they provide for bid preparation. To help
prevent costly problems, give contractors the complete geotech-
nical engineering report, but preface it with a clearly written let-
ter of transmittal. In that letter, advise contractors that the report
was not prepared for purposes of bid development and that the
repo,rt's accuracy is limited; encourage them to confer with the
geotechnical engineer who prepared the report (a modest fee
may be required) and/or to conduct addition2~ study to obtain
the specific types of information they need (" 'prefer. A' prebid
conference can also be valuable. Be sure contractors havesufti-
cient time to perform additional study. Only then might you be in
a position to give contractors the best information available to
you, while requiring themto at least share some of the financial
responsibilities stemming from unanticipated conditions.
Read ResponSibility Provisions Closely
Some clients, design professionals, and contractors do not
recognize that geotechnical engineering is far less exaCt than
other engineering disciplines. This lack of understanding has
created unrealistic expectations that have led to' disappoint-
ments; claims, and disputes. To help reduce such risks, geot-
echnical engineers commonly include a variety of explanatory
provisions in their reports. Sometimes labeled "limitations",
many of these provisions indicate where geotechnical engi-
neers' responsibilities begin and end, to help others recognize
their own responsibilities and risks. Read these provisions
closely. Ask questions. Your geotechnical engineer should'
respond fully and frankly.
Geoenvironmentai Concerns Are Not Cov81'ed
The equipment; techniques, and personnel used to perform a
geoenvironmental study differ significantly from those used to ,
perform a geotechnical study. For that reason, a geotechnical
engineering report does not usually relate any geoenvironmen-
tal findings, conclusions, or recommendation:;; e.g., ~bout the
likeliho.od of encountering underground ~torage tanks, or regu-
lated contaminants. Unanticipated environmental problems have
led to numerous project failures. If you have not yet obtained
your own geoenvironmental information, ask your geotechnical
consultant for risk management guidance. 00 not rely on an
environmental report prepared for someone else.
Re!y on YmJr Geotechnical Engineer lor
Additional AssistarBlC~
Membership in ASFE exposes geotechnical engineers' to a wide
array of risk managemeot techniques that can be of genuine ben-
efit for everyone involved with a const~uction project. Confer with
your ASFE-member geotechnical engineer for more information.
ASFE
8811 Colesville Road Suite G 106 Silver Spring, MD 20910
Telephone: 301-565-2733 Facsimile: 301-589-2017
_ email: info@asfe.org www.asfe.org
Copyright 2000 by ASFE, Inc, Unless ASFE grants written permission to do so, duplication of this document by any means' whatsoever is expressly. prohibited.
Re-use of the wording in this document, in whole or in part, also is expressly prohibited, and may be done only with the express permission of ASFE or for purposes
of review or scholarly research.
IIGER1000.10M
I
I
SECTION 02230 - SITE CLEARING
I
I
, PART 1 - GENERAL
1.1 SUMMARY
I
I
I
I
1.2
I
I
I
1.3
I
I
I
I
I
I
1.4
1.5
I
A.
This Section includes the following:
1. Protecting existing trees and vegetation to remain.
2. Removing trees and other vegetation.
3. Clearing and grubbing.
4. Topsoil stripping.
DEFINITIONS
A.
Topsoil: Natural or cultivated surface-soil layer containing organic matter and sand, silt, and
clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than
underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 2
inches in diameter; and free of weeds, roots, and other deleterious materials.
MATERIALS OWNERSHIP
A.
Except for materials indicated to be stockpiled or to remain Owner's property, cleared materials
shall become Contractor's property and shall be removed from the site. Excess excavation
materials shall be moved to an upland location designated by the contractor subject to the
approval of the engineer.
QUALITY ASSURANCE
A.
Pre-installation Conference: Conduct conference at Project site pnor to starting clearing
operations in wetland areas.
PROJECT CONDITIONS
A.
Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied
or used facilities during site-clearing operations.
1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities
without permission from_ Owner and authorities having jurisdiction.
2. Provide alternate routes around closed or obstructed traffic ways if required by authorities
having jurisdiction.
B.
Notify utility locator service for area where Project is located before site clearing.
SITE CLEARING
I
-
02230 - I
I
I
PART 2 - PRODUCTS (Not Applicable)
I
2.1
I
I
SOIL MATERIALS
A.
Satisfactory Soil Materials: Requirements for satisfactory soil materials are specified III
Division 2 Section "Earthwork."
1. Obtain approved borrow soil materials off-site when satisfactory soil materials are not
available on-site.
PART 3 - EXECUTION
I
3.1 PREPARATION
I
I
I
I
I
3.2
I
I
I
3.3
I
I
I
I
A.
Protect and maintain benchmarks and survey control points from disturbance during
construction.
B.
Provide erosion-control measures to prevent soil erosion and discharge of soil-bearing water
runoff or airborne dust to adjacent properties and walkways.
C.
Locate and clearly flag trees and vegetation to remain or to be relocated.
D. Protect existing site improvements to remain from damage during construction.
1.
Restore damaged improvements to their original condition, as acceptable to Owner.
TREE PROTECTION
A.
Limit tree removals in wetlands areas to permanent and temporary construction easements.
Trees outside of easements shall be flagged and protected from damage.
1.
Do not store construction materials, debris, or excavated material outside of permanent
and temporary construction easements wetland areas.
Do not permit vehicles, equipment, or foot traffic outside of permanent and temporary
construction easements in wetland areas.
2.
UTILITIES
A.
Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others
unless permitted under the following conditions and then only after arranging to provide
temporary utility services according to requirements indicated:
1.
2.
Notify Engineer not less than two days in advance of proposed utility interruptions.
Do not proceed with utilitY interruptions without Engineer's written permission.
SITE CLEARING
02230 - 2
I
-
I
I
3.4
I
I
I
1
I
I
I
I
I
3.5
I
I
I
3.6
I
I
I
3.7
CLEARING AND GRUBBING
A.
Remove obstructions, trees, shrubs, grass, imd other vegetation to permit installation of new
construction. Removal includes digging out stumps and obstructions and grubbing roots.
1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated.
2. Cut minor roots and branches of trees indicated to remain in a clean and careful manner
where such roots and branches obstruct installation of new construction.
3. Completely remove stumps, roots, obstructions, and debris.
B.
Fill depressions caused by clearing and grubbing operations with satisfactory soil material,
unless further excavation or earthwork is indicated.
1. Place fill material in horizontal layers not exceeding 8-inch loose depth, and compact
each layer to a density equal to adjacent original ground.
C.
Soil Erosion and Sediment Control: The Contractor shall employ such measures necessary to
control erosion and sedimentation as outlined in Section II "Structural Practices", of the Manual
for Erosion and Sediment Control in Georgia published by the State Soil and Water
Conservation Committee of Georgia. The Contractor shall employ these measures during the
construction of this project.
TOPSOIL STRIPPING
A.
Strip topsoil to whatever depths are encountered in a manner to prevent intermingling' ;with
underlying subsoil or other waste materials.
B.
Stockpile topsoil materials away from edge of excavations without intermixing with subsoil.
Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust.
1. Limit height of topsoil stockpiles to 72 inches.
2. Do not stockpile topsoil within drip line of remaining trees.
3. Dispose of excess topsoil as specified for waste material disposal.
4. Stockpile surplus topsoil and allow for re-spreading deeper topsoil.
SITE IMPROVEMENTS
A.
Remove existing above- and below-grade improvements as indicated and as necessary to
facilitate new construction.
DISPOSAL
A.
Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials,
and waste materials, including trash and debris, and legally dispose of them off Owner's
property .
END OF SECTION 02230
I
SITE CLEARING
I
02230 - 3
I
I
SECTION 02240 - DEW ATERlNG
I
I
PART 1- GENERAL
1.1 SUMMARY
I
I
A. This Section includes construction dewatering.
1.2 PERFORMANCE REQUIREMENTS
I
A. Dewatering Performance: Design, provide, test, operate, monitor, and maintain a dewatering
system of sufficient scope, size, and capacity to control ground-water flow into excavations and
permit construction to proceed on dry, stable subgrades.
I
'I
I
1. Work includes removing dewatering system when no longer needed.
2. Maintain dewatering operations to ensure erosion is controlled, stability of excavations
and constructed slopes is maintained, and flooding of excavation and damage to
structures are prevented.
3. Prevent surface water from entering excavations by grading, dikes, or other means.
1.3 QUALITY ASSURANCE
I
A. Installer Qualifications: Engage an experienced installer to assume engineering responsibility
and perform dewatering who has specialized in installing dewatering systems similar to those
required for this Project and with a record of successful in-service performance.
I
I
I
B. Regulatory Requirements: Comply with water disposal requirements of authorities having
jurisdiction.
1.4 PROJECT CONDITIONS
A. Existing Utilities: Do not interrupt utilities serving facilities occupied by the Owner or others
unless permitted in writing by the Engineer and then only after arranging to provide temporary
utility services according to requirements indicated.
I
I
I
B. Project Site Information: Groundwater levels have been recorded at several locations along the
sewer route. These locations and groundwater levels are indicated on the plans. Owner will not
be responsible for interpretations or conclusions drawn from this data by Contractor. The
contractor is responsible for making additional test borings or other exploratory operations to
determine extent of groundwater conditions throughout the project.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION
I
DEW A TERlNG
02240 - 1
I
1
I
3.1
I
I
3.2
I
I
I
I
I
I
PREPARATION
A.
Prevent surface water and subsurface or ground water from entering excavations, from ponding
on prepared subgrades, and from flooding site and surrounding area. Protect subgrades and
foundation soils from softening and damage by rain or water accumulation.
DEWATERING
A.
Install dewatering system utilizing wells, well points, or similar methods complete with pump
equipment, standby power and pumps, filter material gradation, valves, appurtenances, water
disposal, and surface-water controls.
B.
Before excavation below ground-water level, place system into operation and then operate it
continuously until drains, sewers, and structures have been constructed and fill materials have
been placed, or until dewatering is no longer required.
C.
Provide an adequate system to lower and control ground water to permit excavation,
construction of structures, and placement of fill materials.
D.
Dispose of water removed from excavations in a manner to avoid endangering public health,
property, and portions of work under construction or completed. Dispose of water in a 'manner
to avoid inconvenience to others. Provide sumps, sedimentation tanks, and other flow-control
devices as required by authorities having jurisdiction.
E.
Remove dewatering system from Project site on completion of dewatering. Plug or fill well
holes with sand or cut off and cap wells a minimum of 36 inches below overlying construction.
I
-END OF SECTION 02240
I
I
I
I
I
I
I
DEWATERING
02240 - 2
I
I
I
SECTION 02300 - EARTHWORK
I
I
PART 1 - GENERAL
1.1 SUMMARY
1
I
I
I
I
1.2
I
I
I
I
I
1.3
I
I
I
I
I
A.
This Section includes the following:
1. Excavating and backfilling trenches for buried utilities.
UNIT PRICES
A.
Rock Measurement: Volume of rock actually removed, measured in original position, but not to
exceed the following:
1. 6 inches beneath pipe in trenches, and the greater of 24 inches wider than pipe or 42
inches wide.
B.
Borrow pit material unit prIces shall include soil delivered (loose measure), placed and
compacted.
DEFINITIONS
A.
Backfill: Soil materials used to fill an excavation.
1. Initial Backfill: Backfill placed beside and over pipe in a trench.
2. Final Backfill: Backfill placed over initial backfill to fill a trench.
B.
Bedding Course: Layer placed over the excavated subgrade in a trench before laying pipe and
to Y2 pipe depth.
C.
Borrow: Satisfactory soil imported from off-site for use as fill or backfill.
D.
Excavation: Removal of material encountered above sub grade elevations.
1. Additional Excavation: Excavation below sub grade elevations as directed by Engineer.
Additional excavation and replacement material will be paid for according to Contract
provisions for changes in the Work.
2. Unauthorized Excavation: Excavation below sub grade elevations or beyond indicated
dimensions without direction by Engineer. Unauthorized excavation, as well as remedial
work directed by Engineer, shall be without additional compensation.
E.
Fill: Soil materials used to raise existing grades.
F.
Rock: Rock material in beds, ledges, unstratified masses, and conglomerate deposits and
boulders of rock material exceeding 1 cu. yd.. for bulk excavation or 3/4 cu. yd. for footing,
trench, and pit excavation that cannot be removed by rock excavating equipment equivalent to
EARTHWORK
02300 - 1
I
I
I
I
I
I
I
I
the following in size and performance ratings, without systematic drilling, ram hammering,
ripping, or blasting, when permitted:
1. Excavation of Footings, Trenches, and Pits: Late-model, track-mounted hydraulic
excavator; equipped with a 42-inch- wide, short-tip-radius rock bucket; rated at not less
than l20-hp flywheel power with bucket-curling force of not less than 25,000 lbf and
stick-crowd force of not less than 18,700 lbf; measured according to SAE J-1179.
G.
Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or
backfill immediately below subbase, drainage fill, or topsoil materials.
H.
Utilities include on-site underground pipes, conduits, ducts, and cables, as well as underground
services within buildings.
1.
Select Backfill: Borrow pit material placed from Yz pipe depth to 18" above pipe.
1.4
SUB MITT ALS
A.
Product Data: For the following:
1. Each type of plastic warning tape.
I
I
B.
Material Test Reports: From a qualified testing agency indicating and interpreting test results
for compliance of the following with requirements indicated:
1. Classification according to ASTM D 2487 of each borrow soil material proposed for fill
and backfill.
I
I
I
I
'I
I
I
I
I
1.5 QUALITY ASSURANCE'
A. Geotechnical Testing Agency Qualifications: An independent ,testing agency qualified
according to ASTM E 329 to conduct soil materials and rock-definition testing, as documented
according to ASTM D 3740 and ASTM E 548.
1.6 PROJECT CONDITIONS
A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others
unless permitted in writing by Engineer and then only after arranging to provide temporary
utility services according to requirements indicated:
1. Notify Engineer not less than two days in advance of proposed utility interruptions.
2. Do not proceed with utility interruptions without Engineer's written permission.
3. Contact utility-locator service for area where Project is located before excavating.
4. Contractor to repair to the satisfaction of the Engineer any aerial, surface, or subsurface
improvements damaged during the course of the work not indicated to be removed on the
plans.
EARTHWORK 02300 - 2
I
I
I
I
I
I
I
I
I
I
ART 2 - PRODUCTS
.1 SOIL MATERIALS
A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not
available from excavations.
B. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP, and SM, or
a combination of these group symbols; free of rock or gravel larger than 3 inches in any
dimension, debris, waste, frozen materials, vegetation, and other deleterious matter.
C. Unsatisfactory Soils: ASTM D 2487 soil classification groups GC, SC, ML, MR, CL, CH, OL,
OH, and PT, or a combination of these group symbols.
1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of
optimum moisture content at time of compaction.
D. Backfill and Fill: Satisfactory soil materials.
E. Bedding: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone,
ASTM C33, Graduation #67.
F. Select Backfill: Georgia DOT Type 1, Class I and II.
.2 ACCESSORIES
I
I
I
I
I
I
I
I
I
A. Detectable Warning Tape: Acid- and alkali-resistant polyethylene film warning tape
manufactured for marking and identifying underground utilities as manufactured by Reef
Industries or approved equal. Color shall be green with printed message "Caution Sanitary
Sewer Line Buried Below".
B. Detectable Tape: Detectable tape as manufactured by Reef Industries of Houston, Texas, or
equal shall be installed during the backfill operation at a point 1 foot below the final finished
grade.
C. The detectable tape shall be a 5.5 mil composition film containing one layer of metalized foil
laminate between two layers of inert plastic film specifically formulated for prolonged use
underground. The tape shall be highly resistant to alkalis, acids and other destructive agents
found in the soils.
D. The detectable tape shall bear a continuous printed message "Caution Sanitary Sewer Line
Buried Below." The message shall be printed in permanent ink formulated for prolonged use
underground. Letters shall be clearly legible and have a minimum height of 1.2 inches.
PREPARATION
02300 - 3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by ,
settlement, lateral movement, undermining, washout, and other hazards created by earthwork
operations.
B. Protect subgrades and foundation soils against freezing temperatures or frost. Provide
protective insulating materials as necessary.
C. Provide erosion-control measures to prevent erosion or displacement of soils and discharge of
soil-bearing water runoff or airborne dust to adjacent properties and walkways.
3.2 DEW ATERlNG
1. Provide dewatering as indicated in Section 02240.
3.3 EXPLOSIVES
A. Explosives: Obtain written permission from authorities having jurisdiction before bringing
explosives to Project site or using explosives on Project site. All precautions must be taken to
prevent damage to public or private property or to persons. The Contractor shall assume full
liability for any damage that may occur during the use of explosives. No blast shall be used
within 50 feet of pipe already installed.
3.4 EXCAVATION, GENERAL
A. Classified Excavation: Excavation to subgrade elevations classified as earth and rock. 'Rock
excavation will be paid for by adjusting the Contract Sum according to unit prices included in
the Contract Documents. .
B. Excavation methods shall meet or exceed Occupational Safety and Health Administration
(OSHA) construction industry standards.
C. Excavation shall proceed in a conventional manner with satisfactory effort made to remove hard
materials before the Engineer makes a determination of need for blasting. Pre drilling and
blasting will be allowed, if the Contractor can provide evidence for the Engineer's review that
boring logs show that material cannot be excavated. Evidence will be provided for the
Engineer's review and approval before predrilling and blasting is undertaken.
D. All shoring, sheeting, and bracing required to perform and protect the excavation and to
safeguard the employees and the public shall be performed. The failure of the Engineer to
direct the placing of such protection shall not relieve the Contractor of his responsibility for
damage resulting from its omission. Whenever sheeting is driven to a depth below the elevation_
ofthe.top of pipe, that portion of the sheeting below the elevation of the top of the pipe shall not
be disturbed or removed. Sheeting left in place shall be cut off not less than 1 foot below
finished grade. No sheeting shall be removed until the excavation is substantially backfilled as
hereinafter specified.
3.5 EXCAVATION FOR UTILITY TRENCHES
EARTHWORK
02300 - 4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
11
A. Excavate trenches to indicated gradients, lines, depths, and elevations. Excavation shall be
made by the open cut method unless otherwise specified or shown on the plans.
B. Except where otherwise indicated, trench bottoms shall be not less than 12 inches wider nor
more than 16 inches wider than the outside diameter of the pipe to be laid therein, and shall be
excavated true to line, so that a clear space of not less than 6 inches nor more than 8 inches in
width is provided on each side of the pipe.
C. Trench Bottoms: Excavate trenches 4 inches deeper than bottom of pipe elevation to allow for
bedding course. Hand excavate for bell of pipe.
1. Excavate trenches 6 inches deeper than elevation required in rock or other unyielding
bearing material to allow for bedding course.
3.6
APPROVAL OF SUBGRADE
A.
Notify Resident Inspector when excavations have reached required subgrade.
B.
If Resident Inspector determines that unsatisfactory soil is present, continue excavation and
replace with compacted backfill or fill material as directed.
1. ,Additional excavation and replacement material will be paid for according to Contract
provisions for changes in the Work.
C. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water" or "
construction activities, as directed by Resident Inspector.' ",'
3.7 UNAUTHORIZED EXCAVATION
A. Fill unauthorized excavations as directed by Engineer.
3.8 STORAGE OF SOIL MATERIALS
A. ,Stockpile borrow materials and satisfactory excavated soil materials. Stockpile soil materials
without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to
prevent windblown dust.
1. Stockpile soil materials away from edge of excavations. Do not store within drip line of
remaining trees.
3.9
UTILITY TRENCH BACKFILL
A.
During excavation, material suitable for backfill shall be stored in an orderly manner a
minimum distance of one times the depth of the excavation back from the edges of the trenches
to avoid overloading and prevent slides or cave-ins.
EARTHWORK
02300 - 5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
'1',
3.10
3.11
B. Place and compact bedding course on trench bottoms and where indicated. Shape bedding
course to provide continuous support for bells, joints, arid barrels of pipes and for joints,
fittings, and bodies of conduits.
C. Place and compact initial backfill of select backfill material to a height of 18 inches over the
utility pipe or conduit. Fill shall be placed in 6 inch layers.
1. Carefully compact material around pipe imd bring backfill evenly up on both sides and
along the full length of utility piping or conduit to avoid damage or displacement of
utility system.
D.
Coordinate backfilling with utilities testing. Pipe joints, gravity blocks, service connections,
and conflicts shall be left exposed until visually inspected and approved by the Utilities
Inspector.
E.
Fill voids with approved backfill materials while shoring and bracing, and as sheeting is
removed.
F.
Place and compact final backfill of satisfactory soil material to final subgrade.
G.
Install warning tape directly above utilities, 12 inches below finished grade, except 6 inches
below sub grade under pavements and slabs.
COMPACTION OF BACKFILLS AND FILLS
A.
Place backfill.' and fill materials in layers not more than 6 inches in loose depth for material
compacted by heavy compaction equipment, and not more than 4 inches in loose depth for
material compacted by hand-operated tampers.
B.
Place backfill and fill materials evenly on all sides of structures to required elevations, and
uniformly along the full length of each structure.
C.
Compact soil in areas not subject to traffic to not less than the following percentages of
maximum dry unit weight according to ASTM D 698:
1. Select backfill material up to 18" above top of pipe, compact each layer of backfill or fill
material at 92 percent.
2. Backfill material from 18" above pipe to ground surface, compact each layer of backfill
or fill material at 85 percent.
GRADING
A.
General: Uniformly grade areas to a smooth surface, free from irregular surface changes.
Comply with compaction requirements and grade to cross sections, lines, and elevations
indicated.
1. Provide a smooth transition between adjacent existing grades and new grades.
B. Site Grading: Slope grades to prevent ponding.
EARTHWORK
02300 - 6
..1
,
~.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3.12 FIELD QUALITY CONTROL
A. Testing Agency: Owner will engage a qualified independent geotechnical engineering testing
agency to perform field quality-control testing. '
B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with
subsequent earthwork only after test results for previously completed work comply with
requirements.
C. Testing agency will test compaction of soils in place according to ASTM D 1556,
ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. Tests will be performed at
the following locations and frequencies:
1. Trench Backfill: At each compacted initial and final backfill layer, at least one test for
each 150 feet or less of trench length, but no fewer than two tests.
D. When .testing agency reports that subgrades, fills, or backfills' have not achieved degree of
compaction specified, scarify and moisten or aerate, or remove and replace soil to depth
required; recompact and retest until specified compaction is obtained.
3.13 PROTECTION
A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep
free of trash and debris.
B. Repair and reestablish grades where completed or partially completed surfaces become eroded,
rutted, settled, or where they lose compaction due to subsequent construction operations or
weather conditions.
c. ,Where settling occurs before Project correction period elapses, remove finished surfacing,
backfill with additional soil material, compact, and reconstruct surfacing.
1. Restore appearance, quality, and condition of finished surfacing to match adjacent work,
and eliminate evidence of restoration to the greatest extent possible.
3.14 DISPOSAL OF SURPLUS AND WASTE MATERIALS
A. Disposal: Transport surplus satisfactory soil to designated storage areas on Owner's property.
Stockpile or spread soil as directed by Engineer.
1. Remove waste material, including unsatisfactory soil, trash, and debris, and legally
dispose of it off Owner's property.
3.15 MEASUREMENT AND PAYMENT
A. Excavation and backfilling for pipelines and appurtenances, expect as hereinafter provided for,
will be considered as incidental to the construction of the various elements of the installation it
is associated with, and no separate payment will be made therefore.
EARTHWORK
02300 - 7
I
ct.;
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
B. When made at the direction of the Engineer, overcut, rock excavation and backfill to
compensate for rock will be made at the unit contract price for rock excavation per cubic yard
measured in place.
C. When made at the direction of the Engineer, overcut and backfill to compensate for inadequate
foundation will be paid for at the unit contract price for overcut and clean stone bedding, per
ton of stone.
D. Sheeting ordered to be left in place will be paid for at the unit contract price for sheeting left in
place, per board foot.
E. Joints in pavement will not be paid for separately. Pavement removal and replacement will be
paid for at the unit contract price therefore, per square yard.
END OF SECTION 02300
EARTHWORK
02300 - 8
I'
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 02530
SANITARY SEWERAGE
PART 1 GENERAL
1.01 SUMMARY
A. This Section includes sanitary sewerage.
1.02 REFERENCES
A. The following is a list of standards which may be referenced in this section:
1. Augusta Utilities Department' s "Water & Sanitary Sewer Systems-
Guidelines" (most recent edition); available at
//www.augustaga.gov/departments/planning_zoning/dev_docs.asp.In
the event that any specific item of work is not covered in this
specification the above referenced document shall govern.
2. American Water Works Association (A WW A):
a. Cl05, Polyethylene Encasement for Ductile Iron Pipe Systems.
b. ClIO, Ductile-Iron and Gray~Iron Fittings, 3 in. Through 48 in.
(75 mm Through 1200 mm), for Water.
c. C 111 , Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and
Fittings.
d. C205, Cement-Mortar Protective Lining and Coating for Steel
Water Pipe - 4 in. (100 mm) and Larger - Shop Applied.
e. C208, Dimensions for Fabricated Steel Water Pipe Fittings.
f. C302, Reinforced Concrete Pressure Pipe, Noncylinder Type.
g. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated
Fittings, 4 in. Through 12 in. (100 mm Through 300 rom), for
Water Distribution.
3. ASTM International (ASTM):
a. A36, Standard Specification for Carbon Structural Steel.
b. A48, Standard Specification for Gray Iron Castings.
c. C76, Standard Specification for Reinforced Concrete Culvert,
Storm Drain, and Sewer Pipe.
d. A123, Standard Specification for Zinc (Hot-Dip Galvanized)
Coatings on Iron and Steel Products.
e. C150, Standard Specification for Portland Cement.
f. C15l, Ductile-Iron Pipe, Centrifugally Cast, for Water.
g. A167, Standard Specification for Stainless and Heat-Resisting
Chromium-Nickel Steel Plate, Sheet, and Strip.
h. A240, Standard Specification for Heat-Resisting Chromium and
Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for
Pressure Vessels.
SANITARY SEWERAGE
02530
1
I
I
I
I
I
I
I
I
.1.,'..,;
, .t
",
L<:('
I
I
I
I
I
1
I
I
I
I
1. C361, Standard Specification for Reinforced Concrete Low-Head
Pressure Pipe.
J. C425, Standard Specification for Compression Joints for Vitrified
Clay Pipe and Fittings.
k. C443, Standard Specification for Joints for Circular Concrete
Sewer and Culvert Pipe, Using Rubber Gaskets.
1. A536, Standard Specification for Ductile Iron Castings.
m. C596, Test Method for Drying Shrinkage of Mortar Containing
Hydraulic Cement.
n. A615/A615M, Standard Specification for Deformed and Plain
Billet-Steel Bars for Concrete Reinforcement.
o. A746, Standard Specification for Ductile Iron Gravity Sewer Pipe.
p. , B 139, Standard Specification for Phosphor Bronze Rod, Bar, and
Shapes.
q. C14, Standard Specification for Concrete Sewer, Storm Drain, and
Culvert Pipe.
r. C387, Standard Specification for Packaged, Dry, Combined
Materials for Mortar and Concrete.
s. C443, Standard Specification for Joints for Circular Concrete
Sewer and Culvert Pipe, Using Rubber Gaskets.
t. C478, Standard Specification for Precast Reinforced Concrete
Manhole Sections. "
u. C700, Standard Specification for Vitrified Clay Pipe, Extra
Strength, Standard Strength, and Perforated., "
v. C923, Standard Specification for Resilient Connectors Between
Reinforced Concrete Manhole Structures, Pipes, and Laterals.
w. D16, Standard Terminology for Paint, Related Coatings,
Materials, and Applications.
x. D1248, Standard Specification for Polyethylene Plastics Extrusion
Materials for Wire and Cable.
y. D1784,Standard Specification for Rigid Poly(Vinyl Chloride)
(PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC)
Compounds.
z. D2241, Standard Specification for Poly(Vinyl Chloride) (PVC)
Pressure-Rated Pipe (SDR Series).
aa. D2412, Standard Test Method for Determination of Extemal
Loading Characteristics of Plastic Pipe by Parallel-Plate Loading.
bb. D3034, Standard Specification for Type PSM Poly(Vinyl
Chloride) (PVC) Sewer Pipe and Fittings.
cc. D3212, Standard Specification for Joints For Drain and Sewer
Plastic Pipes Using Flexible Elastomeric Seals.
dd. D4101, Standard Specification for Propylene Plastic Injection and
Extrusion Materials.
ee. E329, Standard Specification for Agencies Engaged in the Testing
and/or Inspection of Materials Used in Construction.
ff. F477, Standard Specification for Elastomeric Seals (Gaskets) for
Joining Plastic Pipe.
SANITARY SEWERAGE 02530
2
1
I
I
I
I
I
I
I
I'j." '1
; -:. .l':'~ t.~'"::
1;,l,;ll( ",
I
I
I
I
I
I
I
I
I
gg. F593, Standard Specification for Stainless Steel Bolts, Hex Cap
Screws, and Studs.
hh. F594, Standard Specification for Stainless Steel Nuts.
11. F679, Standard Specification for Po1y(Viny1 Chloride) (PVC)
Large-Diameter Plastic Gravity Sewer Pipe and Fittings.
1.03 DEFINITIONS
A. DIP: Ductile Iron Pipe
B. PVC: Polyvinyl chloride plastic
C. CCTV: Closed Circuit Television
D. SDR: Standard Dimension Ratio
1.04 SUBMITTALS
A. Product Data: For the following:
1. Sewer Pipe
2. Manhole Connection Boots
B. Action Submittals:
, ': ,
, '., . : ~.
1. Shop Drawings: Include plans, elevations, <;letai1s, and attachments for
the following:
a. Cast-in-P1ace Manholes': Details of construction.
b. Precast Manholes: Details of construction including frames and
covers.
c. Precast Base, Cones, and Top Slab Sections: Details of
construction.
d. Manholes Over Existing Piping: Plans and schedule for diverting
flow.
2. Information on gasket polymer properties.
3. Tee fabrication details.
4. Application methods, application requirements, and chemical resistance
data for coating and lining products.
5. Quick setting grout design mix if required.
C. Informational Submittals:
1. Field Test Reports: Indicate and interpret test results for compliance
with performance requirements.
2. Proposed curing method for cast-in-place concrete structures.
3. Precast Manhole Sections: Manufacturer's results oftests performed on
representative sections to be furnished. (if required)
SANITARY SEWERAGE
02530
3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4. Plan for diversion of flow during installation of manhole over existing
plpmg.
5. Certificates:
a. Manufacturer's Certificate of Compliance attests that products
furnished meet requirements of this section.
b. Certified load.test data for precast manhole steps. (if required)
c. Certification of Calibration: Approved testing laboratory
certificate if pressure gauge for pneumatic test has been
previously used. Ifpressure gauge is new, no certificate is
required.
d. Certified statement from manufacturer of gaskets, setting forth
that basic polymer used in gaskets and test results of physical
properties of compound are in accordance with ASTM F 4 77 for
PVC pipe or A WW A C111 for ductile iron pipe. (if requested)
6. Manufacturer's Written In-Plant Quality Control Program: Quality
control procedures and materials testing to be used throughout
manufacturing process. Submit prior to manufacture of any pipe for this
Project. (if requested)
7. Test or historical performance data to verify that joint design meets
requirements of these specifications. (if requested)
8. Provide pipe and pipe joint test results with delivery of pipe. Do not
deliver pipe not meeting test requirements to Project Site. (if requested)
9. Manufacturer's written recommendations for pipe handling and
installation.
10. Field Leakage Testing Plan: Submit at least 15 days in advance of the
testing and include at least the following:
a. Testing dates.
b. Piping systems and sections to be tested.
c. Test type.
d. Method of isolation.
e. Calculation of maximum allowable leakage for piping section(s)
to be tested.
11. CCTV Inspection Equipment: Submit minimum 15 days prior to
performing inspections: (if requested)
a. Name and qualifications of inspection firm.
b. Brand name and model number of video equipment to be used.
12. Pneumatic test results. (if requested)
13. PVC pipe deflection test results. (if requested)
14. CCTV inspection media and inspection logs. Media shall become
property of Owner.
1.05 QUALIFICATIONS
A. CCTV Inspection Firm: Actively performed such services for minimum of
5 years.
SANITARY SEWERAGE
02530 '
4
I
I
I
I
I
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
1.06 DELIVERY, STORAGE, AND HANDLING
A. Do not store plastic structures, pipe, and fittings in direct sunlight.
B. Loading or unloading and storage of pipe, fittings, valves, etc. shall be done' such that to
avoid damage. All pipe shall be carefully examined before it is installed in the trench.
Damaged pipe or pipe which does not meet specification requirements shall be rejected and
removed from the work site. The interior of all pipe, fittings, valves, etc. shall be kept free
of dirt and foreign matter at all times. '
. C. Handle precast concrete manholes and other structures according to manufacturer's written
rigging instructions.
PART 2 PRODUCTS
2.01 POLYVINYL CHLORIDE PIPE (PVC)
A. IS-Inch Diameter and Smaller:
".'.. .
1.
2.
3.
In accordance with ASTM D3034.
Joints: Integral bell and spigot, in accordance with ASTM D3212.
Minimum SDR: 35. unless noted below.
a. For IS" diameter pipe exceeding 14' of depth or cover use SDR-'
26 sewer pipe
Cell Classification: 12454-B or 12454-C, as defined by ASTM D1784.
Fittings: SDR 35 minimum wall thickness.
Gaskets: Factory fabricated rubber compression type with solid cross
section in accordance with ASTM F477. Lubricant for joining pipe as
approved by pipe manufacturer.
4.
5.
6.
B. 18-Inch through 36-Inch Diameter:
1. In accordance with ASTM F679.
2. Joints: Integral bell and spigot, in accordance with ASTM D3212.
3. Minimum SDR: 26
4. Minimum Pipe Stiffness: 115 psi when tested in accordance with
ASTM D2412.
5. Cell Classification: Minimum 12454-C, as defined by ASTM DI784.
6. Fittings: Wall thickness no less than wall thickness of equivalent size of
pIpe.
7. Gaskets: Factory fabricated rubber compression type with solid cross
section conforming to ASTM F477.
2.02 DUCTILE IRON PIPE (DIP)
A. Pipe:
SANITARY SEWERAGE
02530
5
I
I
I
I
I
I
I
I
,I
I
I
I
I
I
I
I
I
I
I
1. Conform to ASTMA746, AWWA CI50/ANSI A21.50 andAWWA
CI51/ANSI A21.51.
2. Thickness Class: 50, unless otherwise noted on Drawings.
3. Pressure Class: 350 for 12" diameter pipe and smaller.
4. Joints: Push-on with rubber gaskets confonning to A WW A C 111.
Lubricant for joining pipe as approved by pipe manufacturer.
5. Fittings: Ductile iron conforining to A WWA ClIO, lined and coated
same as pIpe.
B. Lining:
1. Ceramic Epoxy:
a. 40-mil nominal lining consisting of ceramic particle-reinforced
novolac epoxy, such as Protecto 401 by the Vulcan Group with
installation by U.S. Pipe.
b. Line interior of bell and exterior of spigot in joint sealing areas
with 6 to 10 mils of specified lining.
c. Surface Preparation: SPI0 near-white abrasive blast.
d. Pinhole Detection: 2,500 volts minimum over 100 percent of lined
surfaces.
C. Polyethylene Wrap and Tape for Ductile Iron Pipe:
1. Polyethylene Wrap: 8 mils, minimum thickness, conforming to
AWWACI05.
2. Adhesive Tape: Thermoplastic pressure sensitive; minimum thickness
of 8 mils; minimum width of 1 inch.
2.03 SERVICE CONNECTION PIPE AND FITTINGS
A. Acceptable Pipe Materials: Polyvinyl chloride or Ductile iron as shown on the
drawings.
B. Use one type of service connection pipe material throughout, no interchanging
of pipe and fittings allowed. Long-radius bends shall be used for changes in
direction, unless approved otherwise by Engineer. Wye fittings shall be used
for all service laterals. No tees permitted.
C. Service laterals (side sewers) shall be constructed with a wye fitting at the
street sewer, at least one 45-degree bend, a clean-out and plug. The maximum
deflection permissible at anyone fitting shall not exceed 45 degrees. The
maximum deflection permissible at any combination of two adjacent fittings
shall not exceed 45 degrees unless a straight pipe section not less than 2-1/2
feet in length separates the fittings or unless one of the fittings is a wye branch
with a cleanout provided on the straight leg.
D. Size shall be as shown on the drawings
SANITARY SEWERAGE
02530
6
."'.t.:
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2.04 PIPE FOR WATERLINE CROSSINGS
A. As shown on Drawings.
2.05 PIPE TO MANHOLE CONNECTOR
A. Manufacturers and Products:
1. Unisea1, Evansville, Indiana; Pipeconx, Universal Pipe Connector.
2. NPC Inc., Milford, NH; Kor-N-Seal.
B. In the event ofthe necessity of cutting new holes, the holes shall be machine
cored neatly and carefully so as not to damage the structural integrity of the
manhole and large enough to allow the insertion of a flexible rubber boot.
Precast holes shall be flexible boot fitted.
2.06 FLEXIBLE COMPRESSION COLLAR
A. Mechanical joint coupling with No. 304 stainless steel bands.
B. Manufacturers:
1. Calder, Inc. , Bellflower, CA.
2. Femco Inc., Davison, MI.
"
2.07 CONCRETE
,. ! 1 ,>~. ~ ~.
A. Compressive Strength: Minimum 3,000 psi at 28 days.
, ,j~:;
2.08 QUICK SETTING GROUT
A. High strength, nonstaining grout.
B. Reach initial set within 90 minutes at 70 degrees F and minimum compressive
strength of 2,500 psi within 24 hours.
C. Shrinkage shall be less than 0.01 percent when tested in accordance with
ASTM C596.
2.09 SOURCE QUALITY CONTROL
A. Pipe Fittings:
1. Tees:
a. Shop fabricated by pipe manufacturer.
b. Tee stubs shall not protrude inside sewer pipe.
c. Joints: Same as joints used on sewer pipe.
d. Insert-a-tee PVC fitting.
SANITARY SEWERAGE
02530
7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2. Caps and Plugs:
, a. Gasket and Joint: Same as pipe specified.
b. Banded or otherwise secured to withstand test pressures involved
without leakage.
2.10 PIPE BEDDING
A. General
1. The following pipe bedding requirements are the mImmum
requirements. Additional bedding may be authorized by the Engineer if
conditions, such as inadequate bearing value of ,the sub grade at normal
trench width, warrant.
2. Bedding shall be carefully placed along the full width of the trench so
that the pipe is true to line and grade of the pipe barrel. Bell holes shall
be provided so as to relieve pipe bells of all loads, but small enough to
ensure that support is provided throughout the length of pipe. Crushed
stone embedment material shall conform to ASTM C33, Graduation
#67 (3/4" to #4). Bedding material shall be placed underneath and be
carried up the sides ofthe pipe as specified below.
B. Class B Beqding shall be performed by first undercutting the trench an
adequate amount to provide bedding under the pipe bell. The trench shall then
be brought to grade with compacted crushed stone as specified above for the
full width of the trench. The bedding material shall be placed in the zone four
(4) inches below the pipe and the pipe laid to line and grade and backfilled
with compacted crushed stone placed the full width of the trench up to one-
half the outside diameter of the pipe. Select backfill placed in six (6) inch
layers and compacted shall be the backfill from the springline of pipe to 18
inches above the pipe. A minimum Class B Bedding shall be used for all PVC
pIpe.
;"'l'
C. Class C Bedding shall be performed by first undercutting the trench an
adequate amount to provide bedding under the pipe bell. The trench shall then'
be brought to grade with compacted crushed stone as specified above for the
full width of the trench. The bedding material shall be placed in the zone four
(4) inches below the pipe and the pipe laid to line and grade and backfilled
with compacted crushed stone placed the full width of the trench up to one-
fourth the outside diameter of the pipe. Select backfill placed in six (6) inch '
layers and compacted shall be the backfill from the bedding material to 18
inches above the pipe. A minimum Class C Bedding shall be used for all
ductile iron pipes.
SANITARY SEWERAGE
02530
8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2.11 JACK & BORE INSTALLATIONS
A. Casing pipe used with jack and bore shall be in accordance with requirements
of the Georgia Department of Transportation (GDOT) specifications.
B. Boring and Jacking: Where required by the drawings, the sanitary sewer line
will be installed in a steel casing, placed by boring and jacking.
C. Where boring is required under highways, the materials and workmanship will
be in accordance with the standards of the Georgia Department of
Transportation and the Augusta Public Works Dept.
1. Casing Pipe: The casing pipe shall conform to the materials, standards
of ASTM Designation A252, with minimum wall thickness of 0:219
inch. Steel pipe will have minimum yield strength of 35,000 psi.
Casing pipe joints shall be butt welded, continuous, full penetration.
2. Carrier Pipe: The carrier pipe shall be ductile iron as specified herein.
3. Installation: The steel casing shall be installed by the "Dry Bore and
Jack" method. Ifvoids develop or ifthe bored hole diameter is greater
than the outside diameter of pipe by more than approximately 1 inch,
remedial measures will be taken as approved by the Engineer.
2.12 PRECAST MANHOLES~.,
A. Riser Sections:
1. Minimum 48 inches in diameter.
2. Fabricate in accordance with ASTM C478,.
3. Minimum Wall Thickness: 4 inches or 1/12 times inside diameter,
whichever is greater.
4. Top and bottom shall be parallel.
5. Joints: Tongue-and-groove
6. Ballast: Increase thickness of precast concrete sections or add concrete
to base section, as required to prevent flotation
B. Cone Sections:
1. Provide eccentric cones.
2. Same wall thickness and reinforcement as riser section.
3. Top and bottom shall be parallel.
C. Base Sections and Base Slab:
1. Base Section: 6-inch minimum thickness for base slab.
2. Minimum Wall Thickness: 4 inches or 1/12 times inside diameter,
whichever is greater
SANITARY SEWERAGE
02530 '
9
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3. Fabricate in accordance with ASTM C478.
D. Manhole Extensions:
1. Concrete grade rings; maximum 8 inches high.
2. Fabricate in accordance with ASTM C478.
3. Brick adjustments; in accordance with plan details.
E. Preformed Plastic Gaskets:
1. Henry Company, Houston, TX; Ram-Nek.
F. External Concrete Joint Wrap
1. External concrete joint wrap shall be an elastomeric-based product.
2. External concrete joint wrap shall be provided with a backing separator
sheet for easy handling while keeping the bonding surface fresh and free
of debris.
3. External concrete joint wrap shall have a minimum width of9 inches.
4. Henry Company, Houston, TX; Rub'r-Nek.
G. Polyprqpylene Steps:
'. i
1. Fabricate from minimum 1/2 inch, Grade 60, steel bar meeting
ASTM A615/A615M. ,.
2. Polypropylene encasement shall conform to ASTM D41 0 1.
3. Steps shall be as manufactured by Oliver Tire & Rubber Company or
approved equal.
4. Minimum Width: 13 inches, center-to-center of legs.
5. Embedment: 3-1/2-inch minimum and 4-1I2-inch minimum projection
from face of concrete at point of embedment to center of step.
6. Cast in manhole sections by manufacturer.
7. Load Test: Capable of withstanding ASTM C478 vertical and horizontal
load tests.
H. A bench shall be provided on each side of any manhole channel when the pipe
diameter is less than the manhole diameter. The bench shall be sloped no less
than Y2 inch per foot (4 percent). No lateral sewer, service connection, or drop
manhole pipe shall discharge onto the surface of the bench:
1. Source Quality Control:
1. All test specimens shall be mat tested and meet permeability test
requirements of ASTM C14. .
2. Conduct tests at point of manufacture prior to delivery of any section.
3. Sections to be tested will be selected at random from stockpiled material
to be supplied for the Project.
SANITARY SEWERAGE
02530
10
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
2.13 CAST-IN-PLACE MANHOLES (IF APPLICABLE)
A. Reinforcing Steel: Furnish as specified in Paragraph 2.19 CONCRETE.
B. Concrete: Furnish as specified in Paragraph 2.19 CONCRETE.
2.14 OUTSIDE DROP MAHNOLES
A. Outside drop manholes shall be precast and constructed for incoming lines
having invert 24 inches or more above the invert of the manhole outlet, with
DIP and tie rods per Details No. 14.08. The entire outside drop connection
shall be encased in concrete.
2.15 SHALLOW MANHOLES
A. Shallow manholes shall be precast or Type B slab top precast and shall be
constructed in accordance with ASTM C-478.
2.16 MANHOLE FRAMES AND COVER
A. Ring and cover shall be USF-668 or pre-approved equal as shown in the
drawing details. A minimum access dimension of 22-114" shall be provided.
Include indented top design with lettering "SANITARY SEWER" cast into
cover.
2.17 WATERTIGHT FRAME FASTENERS
A. Galvanize after fabrication in conformance with ASTM A123.
2.18 MANHOLE FRAME TO STRUCTURE SEALS
A. Gasket:
1. Extrude or mold from a high-grade rubber compound.
2. Comply with material test requirements of ASTM C923.
3. Minimum Thickness: 3/16 inch.
4. Minimum Unstretched Length: Sufficient to extend from the manhole
frame, across a maximum of 12 inches of extension rings, to the
manhole cone section.
5. Fabricate bands for compressing sleeve against manhole from Type 304
stainless steel:
a. Channeled Sheet: Minimum 16-gauge, ASTM A167.
b. Round: 5/16-inch diameter, ASTM A240.
B. Screws, Bolts, or Nuts: Stainless steel conforming to ASTM F593 and
ASTM 594, Type 304.
SANITARY SEWERAGE
02530
11
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I-
I
I
I
C. Internal gasket or its appurtenances shall not extend into the manhole opening
to restrict entry into or exit from the manhole.
D. Gasket shall be made only of materials that have been proven to be resistant to
the following exposures and conditions:
1. Sanitary sewage.
2. Corrosion or rotting under wet or dry conditions.
3. Gaseous environment in sanitary sewers and at road surfaces including
common levels of ozone, carbon monoxide, and other trace gases at the
sites of installation.
4. Biological environment in soils and sanitary sewers.
5. Chemical attack by road salts, road oil, and common street spillages or
solvents used in street construction or maintenance.
6. Temperature ranges, variations, and gradients in the area of
construction.
7. Variations in moisture conditions and humidity.
8. Fatigue failure caused by a minimum of30 freeze-thaw cycles per year.
9. Vibrations due to traffic loading.
10. Fatig~e failure due to repeated variations of tensile, compressive and
shear stresses, and repeated elongation and compression.
11. Any combination of the above.
E. Materials used shall be compatible 'Y~th ea~h other and with manhole
materials. " ,
F. Design gasket to meet the following requirements:
1. Continuously prevent leakage of water from outside the manhole into
the manhole at the joints between the manhole frame and the cone
section.
2. Seal shall remain flexible, allowing repeated vertical movements of
frame from 0 to 2 inches or repeated horizontal movements of frame
with respect to top of extension or cone from 0 to 1/2 inch due to
pavement movements or other causes, or both types of movement
occurring simultaneously at rates not exceeding 1/1 0 inch per minute.
2.19 CONCRETE
A. Channels and Benches: Factory or field formed from concrete. Portland
cement design mix, 3,000 psi minimum, with 0.45 maximum water-
cementitious materials ratio. Include channels and benches in manholes.
1. Manhole Channels: Concrete invert, formed to same width as
connected piping, with height of vertical sides to three-fourths of pipe
diameter. Form curved channels with smooth, uniform radius and slope.
SANITARY SEWERAGE
02530, .
12
'1
I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
a. Invert Slope: 1 percent through manhole
2. Manhole Benches: Concrete, sloped to drain into channel.
a. Slope: 4 percent, minimum. No lateral sewer, service connection,
or drop manhole pipe shall discharge onto the surface of the
bench.
B. Cradles, Saddles, and Encasements: Portland cement design mix, 3000 psi
minimum, with 0.58 maximum water-cementitious materials ratio.
1. Reinforcement Fabric: ASTM A 185, steel, welded wire fabric, plain.
2. Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel.
2.20 MORTAR
A. Standard premixed in accordance with ASTM C387, or proportion one part
portland cement to two parts clean, well-graded sand that will pass a lI8-inch
screen.
B. Admixtures: May be included but do not exceed the following percentages of
weight of cement:
" ,',
"
1. Hydrated Lime: 10 percent.
2. Diatomaceous Earth or Other Inert Material: 5 percent.
C. Mix Consistency:
1. Tongue-and-Groove Type Joint: Such that mortar will readily adhere to
pIpe.
2.21 IMPORTED PIPE BASE
A. Furnish as specified in applicable section.
2.22 FLEXIBLE JOINTS
A. Manufacturers:
1. "Kor-N-Seal" flexible rubber boot with stainless steel accessories as
manufactured by NPC, Inc., Milford, New Hampshire.
B. "PS 1 0" flexible gasket as manufactured by PressSeal Gasket Corporation
SANITARY SEWERAGE
02530
13
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART 3 EXECUTION
3.01 GENERAL
A. Remove and keep' all water clear from the excavation during construction and
testing operations.
B. Place imported pipe base material on undisturbed earth; thoroughly compact
with a mechanical vibrating or power tamper
3.02 EXAMINATION
A. Notify Owner/Engineer immediately of manufacturing imperfections or
damage caused by improper handling.
B. Verify size, pipe condition, and pipe class prior to installation of pipe.
C. Repairs to RCP storm sewer pipe section will be allowed, only if approved in
writing by Owner/Engineer. Damaged pipe which, in opinion of
Owner/Engineer, cannot be repaired, will be rejected and removed from the
Project Site.
3.03 PREPARATION
A. Pipe Distribution: Do not distribute more than 1 week's supply of materials in
advance oflaying, unless otherwise approved by the Owner.
B. Inspect pipe and fittings prior to lowering into trench to ensure no cracked,
broken, or otherwise defective materials are being used.
C. Remove foreign matter and dirt from inside of pipe and fittings and keep clean
during and after laying. Wash ends of section clean with wet brush prior to
joining sections of pipe.
3.04 EXCAVATION AND BACKFILL
A. Excavating, trenching, ,and backfilling are specified in Division 2 Section
"Earthwork. "
3.05 IDENTIFICATION
A. Materials and their installation are specified in Division 2 Section
"Earthwork." Arrange for installing green warning tape directly over piping
and at outside edges of underground structures. '
SANITARY SEWERAGE
02530
14
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3.06 PIPING APPLICATIONS
A. General: Include watertight joints.
B. Refer to Part 2 of this Section for detailed specifications for pipe and fitting
(
products listed below. Use pipe, fittings, and joining methods according to
applications indicated.
C. Gravity-Flow Piping: Use the following:
1. Base Bid: PVC sewer pipe with gasketed joints shall be used unless
specifically noted on drawings. Ductile-iron sewer pipe; standard-
pattern; ductile-iron fittings; gaskets; and gasketedjoints shall be used
where specified.
3.07 INSTALLATION OF PIPING
A. General:
1. Install pipe sections in accordance with manufacturer's
recommendations.
2. Provide and use proper implements, tools, and facilities for safe and
proper prosecution of Work.
3. Lower pipe, fittings, and appurtenances into a dry trench with a stable
bottom, piece by piece, by means of crane, slings, or other suitable tools
and equipment, in such a manner as to prevent damage to pipe
materials, protective coatings and linings. Do not drop or dump pipe
into trenches. Wet trench installation shall be allowed only upon
written approval by the Augusta Utilities Director.
4. General Locations and Arrangements: Drawing plans and details
indicate general location and arrangement of underground sanitary
sewerage piping. Location and arrangement of piping layout take
design considerations into account. Install piping as indicated, to extent
practicaL Contractor to notify Augusta Utilities Department at least 24
hours prior to starting construction at (706) 772-5503.
~
B. Line and Grade:
1. Establish line and grade for pipe by use of lasers.
2. Measure for grade at pipe invert, not at top of pipe.
3. Do not deviate from line or grade, as shown on Drawings, more than
1/2 inch, provided that such variation does not result in a level or
reverse sloping invert.
C. Laying and Jointing:
SANITARY SEWERAGE
02530
15
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1. Install gravity-flow piping in accordance with ASTM D2321, latest
reVISIOn.
2. Use gasket lubricant as recommended by gasket manufacturer.
3. Lay pipe upgrade with bell ends pointing in direction of laying.
4. When field cutting or machining pipe is necessary, use only tools and
methods recommended by pipe manufacturer and approved by
Engineer.
5. After section of pipe has been placed in its approximate position for
jointing, clean end of pipe to be joined, inside of joint, and rubber ring
immediately before joining pipe. Maintain swab or drag in line, and
pull past each joint as it is completed.
6. Assemble joint in accordance with recommendations of manufacturer.
7. Apply sufficient pressure in making joint to assure that j oint is "home"
as defined in standard installation instructions provided by pipe
manufacturer. Inside joint space shall not exceed 50 percent of pipe
manufacturer's recommended maximum allowance.
8. Place pipe to specified line and grade to form smooth flow line.
9. Ensure that bottom of pipe is in contact with bottom of trench for full
length of each section.
10. The line and invert grade of each pipe shall be checked from a top line
carried on batter boards not over 25 feet apart or by use of a laser beam
target inserted in each joint.
11. Place sufficient pipe bedding material to secure pipe from movement
before next joint is installed.
12. When pipe is laid within movable trench shield, take precautions to '
prevent pipe joints from pulling apart when moving shield ahead.
13. When laying operations are not in progress, and at close of day's work
close and block open end of last laid section of pipe to prevent entry of
foreign material or creep of gasketed joints with a manufactured
cap/plug. Ifwater is in the trench when work is resumed, the plug shall
not be removed until all danger of water entering the pipe has passed.
14. Take precautions to prevent "uplift" or floating ofline prior to
completion of backfill operation.
15. Connections between one pipe material and another shall be by means
of flexible compression collar, installed in accordance with the
manufacture's recommendations, or concrete closure collar.
16. Ductile-Iron Sewer Pipe with push on joints: According to
A WW A C600.
17. All pipe joints shall be made as nearly watertight as practicable. There
shall be no visible leakage at the joints and there shall be no sand, silt,
clay, or soil of any ,description entering the pipelines at the joints. Leaks
in the pipelines which cause infiltration or ex filtration to exceed limits
herein specified shall be repaired by replacing defective pipe. Grouting
or Caulking to repair pipelines where excessive infiltration or
ex filtration is evident will not be permitted.
D. Connection to Structure or Manhole:
SANITARY SEWERAGE
02530
16
I
I
I
I
I-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1. Locate standard pipe joint within 1.5 feet of outside face of structure for
pipe 18 inches and smaller and within one pipe diameter for pipe ,
21 inches and larger.
2. Plug or c~ose off pipe stubbed with watertight plug. ,
3. Connect PVC pipe to manhole with pipe to manhole connector in
accordance with manufacturer's recommendations.
E. Crossing Waterlines: Where sewer crosses less than 18 inches below
waterline, use ductile iron or PVC pressure pipe for crossing. Sewer lines in
relation to water lines shall conform to the "Ten States Standards" Section
29.3 at a minimum. Sewer lines shall have at least a 10 foot pipe-to-pipe
horizontal separation from know or proposed water mains.
F. Ductile Iron Pipe:
1. Cutting and Dressing of Ductile Iron Pipe Ends:
a. Cut at right angles to centerline of pipe to leave smooth end,
without damage to pipe.
b. Use only approved mechanical cutter.
c. Taper cut end of pipe to be used with rubber gasket joints by
grinding or filing 1/8 inch back at an ~gle of approximately
30 degrees with centerline of pipe.
d. Remove sharp or rough edges.
e. Abrade cut ends with grinding wheel and apply lining repair
material. Use only compatible repair materials provided by pipe
lining manufacturer. Allow repair lining to harden and cure before
installation. '
2. Polyethylene Wrap:
a. Before installing wrap, clean pipe exterior of foreign material.
b. Cut wrap approximately 2 feet longer than pipe section.
c. Overlap wrap approximately 1 foot; seal joints with adhesive tape.
d. Tape entire circumference of pipe at 3-foot intervals along pipe.
e. Repair rips, punctures, or other damage to polyethylene with
adhesive tape.
f. When fittings cannot be practically wrapped in a tube, use a flat
sheet or split tube of polyethylene. Securely tape seams.
3.08 INSTALLATION OF PRECAST MANHOLES
A. Concrete Base:
1. Cast-in-Place:
a. Vibrate to densify concrete and screed so first precast manhole
section to be placed has a level, uniform bearing for full
circumference.
b. Deposit sufficient mortar on base to assure watertight seal
between base and manhole wall, or place first precast section of
SANlTARY SEWERAGE
02530
17
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I,
I
I
manhole in concrete base before concrete has set. Properly locate
-and plumb first section.
2. Precast:
a. Place on compacted imported base material.
b. Properly locate, ensure firm,bearing throughout, and plumb first
section.
B. Sections:
1. Carefully inspect precast manhole sections to be joined.
2. Thoroughly clean ends of sections to be joined.
3. Do not use sections with chips or cracks in the tongue.
4. Locate precast steps in line with each other to provide a continuous
vertical ladder.
C. Preformed Plastic Gaskets (In lieu of mortar joints):
1. Use only pipe primer furnished by gasket manufacturer.
2. Install gasket material in accordance with manufacturer's instructions.
3. Completed Manholes shall be rigid and watertight.
D. Exterior Concrete Joint Wrap
1. External concrete joint wrap shall be used in combination with joint
sealant for each pn::-cast joint section.
2. Install wrap material in accordance with manufacturer's instructions.
E. Rubber Gasketed Joints: Install in accordance with manufacturer's
instructions.
F. Extensions:
1. Provide on manholes in streets or other locations where a subsequent
change in existing grade may be likely.
2. Install to height not exceeding 8 inches.
3. Lay grade rings in mortar with sides plumb and tops level.
4. Seal joints with mortar as specified for sections, and make watertight.
3.09 MANHOLE INVERT
A. Construct with smooth transitions to ensure an unobstructed flow through
manhole. Remove sharp edges or rough sections that tend to obstruct flow.
B. Where full section of pipe is laid through manhole, break out top section as
shown and cover exposed edge of pipe completely with mortar. Trowel mortar
surfaces smooth.
SANITARY SEWERAGE
02530
18
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3.10 CAST-IN-PLACE MANHOLE (IF APPLICABLE)
A. Reinforcing Steel: Install as specified in Supplemental Technical
Section 03 21 00, Reinforcing Steel.
B. Concrete: Install as specified in Supplemental Technical Section 03 3000,
Cast-in-Place Concrete.
C. Steps:
1. Install manhole steps at 16 inches on center, plus or minus 1/4-inch
tolerance, and locate to provide a continuous vertical ladder.
2. Do not vary spacing between any two adjacent steps by more than
1/2 inch.
3. The distance between wall of manhole and center of rung, measured at
the point of embedment, shall be not less than 4 inches or more than
6-1/4 inches.
3.11 MANHOLE FRAMES AND COVERS
A. Set frames in bed of mortar with mortar carried over flange as shown.
B. Set tops of covers flush with surface of adjoining pavement or ground surface,
unless otherwise shown or directed.
f)
C. Offsite manholes shall have bolt down frame integrally cast into the riser/cone
section.
3.12 WATERTIGHT MANHOLES
1. Install frame fasteners at locations shown on drawings.
, 3.13
MANHOLE PIPING
A. Drop Assembly (as shown in the drawing details):
1. Extend pipe from the drop to a minimum of 3 feet beyond the manhole
excavation into the trench, and connect to sewer pipe with an adapter.
2. Support lower drop elbow with concrete monolithically-placed with
manhole base.
B. Flexible Joints:
1. Provide in pipe not more than 1-1/2 feet from manhole walls.
2. Where last joint of pipe is between 1-1/2 and 6 feet from manhole wall,
provide flexible joint in manhole wall.
C. Stubouts for Future Connections:
SANITARY SEWERAGE
02530
19
,I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1. Provide same type and class of pipe as specified for use in service
connection, lateral, main, or trunk sewer construction. Where there are
two different classes of pipe at manhole use higher strength pipe.
2. Grout pipe in precast walls or manhole base to provide watertight seal
or use flexible joints as specified herein.
3. Stubout Length: 20 feet (1 joint) outside manhole wall.
4. Construct invert channels as shown. Unless otherwise approved by
Engineer, match inside top elevation of service connection pipe to inside
top elevation of outlet pipe.
5. Test Plugs:
a. Install rubber-gasketed plugs in end of stubouts with gasket joints
similar to sewer pipe being used.
b. Plugs shall withstand internal or external pressures without
leakage.
c. Adequately brace plugs against all hydrostatic or air test
pressures.
D. Permanent Plugs: Clean interior contact surfaces of pipes to be cut off or
abandoned as shown, and construct plug as follows:
1. Pipe 18 Inches or Less in Diameter: Concrete plug in end, minimum
8 inches in length.
2. . Pipe 20 Inches and Larger:
a. Construct plugs of common brick, concrete block, or concrete.
b. Plaster exposed face of block or brick plugs with mortar.
3. Plugs shall be watertight and capable of withstanding internal and
external pressures without leakage.
"
3.14 MANHOLES OVER EXISTING PIPING
A. Maintain flow through existing pipelines at all times.
B. Plastic Pipe:
1. Use solvent recommended by pipe manufacturer to slightly soften the
pipe wall. .
2. Apply a dense coating of clean mortar sand over all areas that will be in
contact with concrete.
3. Allow mortar to dry completely prior to placing concrete.
C. Concrete Pipe: Apply a bonding agent on all surfaces to be in contact with
concrete.
D. Construct base under existing piping.
E. Construct manhole as specified.
SANITARY SEWERAGE
02530
20
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
,.
F. Break out existing pipe within new manhole, cover edges with mortar, and
trowel smooth.
G.. Protect new concrete and mortar work for 7 days after placing concrete.
3.15 CONNECTIONS TO EXISTING MANHOLES
A. Use the appropriate "boot" for connecting pipe diameter.
B. Core existing manhole bases or grouting as necessary.
C. Clean all surfaces and apply a bonding agent.
D. Regrout to provide smooth flow into and through manholes.
E. Provide diversion facilities and perform work necessary to maintain flow
during connection.
3.16 SERVICE CONNECTION TEES
A. Install as shown on Drawings.
B. Install caps,or plugs on tees.
C. Furnish tee outlets with gasketed type joint or approved adapter to join service
, .,)
connection pipe. .
3.17 SERVICE CONNECTION INSTALLATION
A. In general, service connections shall extend to street or alley right-of-way line
or easement line, or as directed by Engineer.
B. Minimum Slope: 1/4 inch per foot.
C. Minimum Trench Depth: see detail on plans.
D. Progress of Construction: Unless otherwise approved by Engineer, install
service connection not more than 5 days after backfilling of sewer trench in
block or equivalent 400-foot section of sewer.
E. Laying and Jointing of Service Connection Pipe and Fittings:
1. Maximum deflection permissible with anyone fitting shall not exceed
45 degrees and shall be accomplished with long-radius curves or bends.
Short-radius elbows or curves will not be permitted, except by
permission of Owner/Engineer.
SANITARY SEWERAGE
02530
21
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2. Make service connection to sewer system at manhole when directed by
Engineer. Where service connection pipe is connected to manhole or
concrete structure, make connection so standard pipe joint is located not
more than 1.5 feet from structure.
3. Provide end of service connection line and fittings with standard
watertight plug, cap, and stopper, suitably braced to prevent blow-off
during air testing.
F. Line and Grade for Service Connection Pipe and Fittings:
1. Install sewer tee so as to locate connection pipe within horizontal
distance of 1 foot either side of staked location.
2. Lay pipe uniformly between tee or top of riser section and end of
service connection. Where minimum slopes are used, lay pipe by means
of good quality builder's level not less than 24 inches long.
G. Existing Service Connections:
1. Locate prior to constructing tee in new sewer pipeline.
2. Disconnect from existing pipelines to be 'abandoned and reconnect them
to new sewer pipeline.
3.18 CONCRETE PLACEMENT
A. Place cast-in-place concrete according to ACI 318 and ACI 350R.
3.19 BULKHEAD AND FLUSHING
A. The contractor shall build a tight bulkhead in the pipeline where new work
enters an existing sewer. The bulkhead shall remain in place until its removal
is authorized by the Engineer.
B. Care shall be taken to prevent earth, water, and other materials from entering
the pipe, and when pipe l~ying operations are suspended, the Contractor shall
maintain a suitable stopper in the end of the pipe and also at openings in
manholes. All sanitary sewers shall be flushed with water in sufficient
volume to obtain free flow through each line. All obstructions shall be
removed and all defects corrected. As soon as possible after the pipe and
manholes are competed on any line, the Contractor shall flush out the pipeline
using a rubber ball ahead of the water. None ofthe flushing water or debris
shall be permitted to enter any existing sewer.
3.20 CLEANING
A. Clean each section of completed sewer pipeline prior to testing.
SANITARY SEWERAGE
02530
22
-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
B. Place screen or dam in downstream manhole of section being cleaned to catch
debris.
C. Remove material from each'manhole section before cleaning the next section
downstream.
D. Method: As approved by Engineer.
E. Cleaning water may be discharged into existing sewer system after screening
and removal of debris.
3.21 TESTING
A. General:
1. Notify Owner in writing 5 days in advance oftesting. Perform testing in
presence of Owner's Representative.
2. Pipe 18 inches in diameter and smaller shall be tested for leakage using
a low pressure air test perfornied in accordance with the applicable
sections of the Uni-Bell UNI-B-6-98, latest version.
3. Pipe over 18 inches in diameter shall be tested for leakage using a low
pressure air test performed in accordance with the applicable sections of
the Uni-Bell UNI-B-6-98, latest version. '
4. Individual joints may be tested on pipe 36 incl1es in diameter and larger
with Owner's written approval.
5. Pipe shall successfully pass leakage test prior to acceptance .
6. Test sections of constructed sewer between stations only after service
connections, manholes, and backfilling are completed.. Testing shall be
done prior to placement of asphaltic concrete or roadway structural
section.
7. Isolate new pipelines that are connected to existing pipelines. Install
pipe plugs as required to allow section of new pipe to be pressure tested.
8. Plug wyes, tees, stubs, and service connections with gasketed caps or
plugs securely fastened or blocked to withstand internal test pressure.
Such plugs or caps shall be removable, and their removal shall provide
socket suitable for making flexible jointed lateral connection or
extension.
9. Furnish testing equipment and perform tests as approved by Engineer.
Testing equipment shall provide observable and accurate measurement
of leakage under specified conditions.
B. Pneumatic Testing for 18-inch and Smaller Diameter Pipe:
1. Equipment:
a. Calibrate gauges with standardized test gauge provided by
Contractor at start of each testing day. Owner or Engineer may
witness calibration.
SANITARY SEWERAGE
02530
23
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
b. Install compressor, air piping manifolds, gauges, and valves at
ground surface.
c. Provide pressure release device, such as rupture disc or pressure
relief valve, to relieve pressure at 6 psi or less.
d. Restrain plugs used to close sewer lines to prevent blowoff.
2. Procedure:
a. No person shall enter manhole or structure, or occupy area above
opening of manhole or structure where pipe is under pressure.
b. Determine height of groundwater table at time of test.
c. Slowly introduce air into pipe section until internal air pressure
reaches 4 psi greater than average backpressure of groundwater
submerging pipe.
d. Allow 2 minutes minimum for air temperature to stabilize.
e. Allowable leakage for sewers constructed of non air-permeable
materials such as ductile iron, and polyvinyl chloride (PVC) shall
be done in accordance with the applicable sections ofthe Uni-Bell
UNI-B-6-98, latest version.
C. Test Report Documentation (test reports to be managed by Resident Project
Representative) :
1. Test date. "
2. Pipe section or pipe joint tested.
3. Test Method.
4. Test Pressure.
5. Length of test.
6. Pressure loss.
7. Remarks, including:
a. Leaks (type, location).
b. Repair/ replacement performed to remedy excessive leakage.
8. Signed by Contractor and Owner to represent that test has been
satisfactorily completed.
D. Subsequent Failure: Visible infiltration of groundwater following successful
test shall be considered evidence that original test was in error or that
subsequent failure of pipeline has occurred.
E. PVC Pipe Deflection Test:
1. General:
a. Test installed pipeline for deflection by pulling a mandrel through
sewer without aid of mechanical pulling device.
b. Perform test at least 10 days after trench backfill and compaction
have been completed.
c. Owner shall supply mandrel for testing up to and including 12-
inch pipe.
2. Mandrel:
SANITARY SEWERAGE
02530 '
24
-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
a. Full circle, solid or rigid odd number oflegs (minimum 9 legs)
steel cylinder with pulling rings at each end.
b. Diameter: Sized to allow only as much initial deflection for
ultimate defleCtion of 5 percent.
3. Correcting Deficiencies or Obstructions:
a. Excavate to springline of pipeline and replace and recompact pipe
zone material.
b. Internal pipe rerounding or vibration will not be allowed.
c. If pipe does not pass mandrel test after replacement of pipe zone
material and trench backfill, re-excavate and replace pipeline.
F. Vacuum Testing:
1. All manholes shall be tested using low-pressure vacuum methods
according to ASTM C1244 (see Appendix).
2. Repair manholes that do not meet the vacuum test, or do not meet
specified requirements from visual inspection.
G. Testing Cast-in-Place Manhole Steps:
1. Test each step for a horizontal pullout load of 400 pounds with the load
applied over a width of 3-1/2 inches and centered on the rung.
2. Apply the load at a uniform rate until the required test load is reached.
3. Provide suitable hydraulic jacks and gauges to perform the test.
4. Steps will be considered acceptable if they remain solidly embedded
after application of test load and if no cracking or fracture of the step
nor spalling of the concrete, masonry, or mortar is evident.
5. Replace, or reset and retest, steps failing to withstand required load.
3.22 INSPECTION (TO IDENTIFY FAILURES)
A. Television Pipeline Inspection:
1. General:
a. Internally inspect sewer pipelines by closed circuit television
(CCTV) after completion of pipeline cleaning and testing.
b. Conduct inspection in presence of Owner.
2. Procedure:
a. Provide complete and continuous taped record and digital log of
inspection.
b. Format: Digital Video Disk (DVD), color
c. Television Camera Equipment:
1) Rotating lens or pan and tilt.
, 2) Resolution: Minimum 350 lines per inch.
3) Focal Distance: Adjustable through a range of 6 inches to
infinity.
SANITARY SEWERAGE
02530
25
,I
I
I
I
I
I
I
I
I
I
'I
I
I
I
I
I
I
I
I
4) Remote-Reading Footage Counter: Accurate to less than
1 percent error.
5) Lighting: Sufficient to provide clear, in-focus picture of
entire inside periphery of pipe, and minimizes reflection.
d. Pull camera at uniform rate, stopping to properly document
defects. Maximum pull of camera shall not exceed 30 feet per
minute.
3. Quality Standard:
a. Provide clear, sharp image when played, back on conventional
television receiver.
b. Neatly label DVD showing contents, project title, tape number,
pipe structure identification numbers, date tape was made, and
inspection company.
c. DVD to include:
1) Opening Screen:
a) Date of inspection.
b) Pipe structure identification number.
c) Upstream and downstream node identification
numbers.
d) Street address.
e) Pipe size.
f) Normal (upstream to downstream) or reverse
(downstream to upstream)pull. '
2) Continuous View: Current distance along reach (tape
counter footage).
d. Log sheets to show time and date of inspection, location, upstream
and downstream manholes, direction of pull, pipeline length, pipe
size, pipe material, location of lateral connections, video tape
number and detail of defects encountered.
e. Show sufficient detail to determine cracks in pipe, offset joints,
leaking joints, sags, and other flaws in pipeline installation.
Record location of deficiencies by distance from center of
reference manhole.
f. Upon completion, playback tape in presence of Owner. Any tape
not meeting quality standard will be rejected and taping process
repeated.
g. Correct deficiencies.found as a result of video replay, and repeat
CCTV inspection.
B. Manual Inspection:
1. Pipe 36 inches and larger.
2. Provide any specialized equipment required for inspection by Owner.
3. Maintain voice communications between in-pipe and aboveground
personnel at all times during in-pipe inspection.
SANITARY SEWERAGE
02530
26
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4. Record inspection on DVD and inspection logs. Provide Digital (3.2 MP
minimum), color, still photographs of defects or other features as
requested by Owner or Engineer.
5. ' Log sheets: Show time and date of inspection, location, upstream and
downstream structure numbers, pipeline length, pipe size, pipe segment
length, pipe mate,rial, lateral connections located by pipe segment
number, and location and detail of defects encountered.
C. Deficiencies Requiring Correction:
a. Variations in alignment greater than specified herein.
b. Joint separations greater than allowed by pipe manufacturer.
c. Visible infiltration.
d. Presence of debris or foreign objects.
e. Obvious damage or defects in pipeline.
3.23 MEASUREMENT AND PAYMENT
A. Payment will be made at the unit contract prices as shown in the bid schedule
under Sanitary Sewer. See below for schedule and description of bid line
items.
SANITARY SEWER
ITEMS 8-1A throueh 8-161 - All piping line items shall be measured in linear feet
and shall include costs for piping and installation, trench excavati9n, trench box,
dewatering, asphalt cutting, normal joints and gaskets, normal backfill, infiltration
and ex filtration testing, mandrel pulling, and CCTV camera inspection as required.
Camera inspection shall include all costs for closed circuit camera inspection of the
sanitary sewer system, including mobilization, demobilization, inspection, video
tape copies, and field reports. No additional payment shall be made for these items.
ITEM 8-17 - Jack and bore line items shall be measured in linear feet and shall
include costs for casing piping, carrier piping, installation, blasting, asphalt cutting,
restrained joints and gaskets, end seals, and normal backfill. No additional payment
shall be made for these items.
ITEM 8-18 - Select backfill shall be measured in cubic yards for both Types I and
II and shall include costs for the backfill and installation as well as all transportation
and stockpiling charges. The volume of material included shall be the 'actual
measured "in-place" volume. The standard trench width used to calculate the
volume will be 7 feet. No additional payment shall be made for these items.
ITEM 8-19 - Miscellaneous pipe fittings and connections shall be measured in
pounds and include costs for all fittings and installation except normal joints and
gaskets regardless of material. No additional payment shall be made for these items.
SANITARY SEWERAGE
02530
27
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ITEMS S-20A throueh S-20F and S-23 - Pre-cast manholes shall be measured
individually (each) and shall include costs for manholes, excavation, dewatering,
asphalt cutting, collars and boots, grouting and/or other connections, installation,
normal backfill, and vacuum testing as specified. Manhole vacuum testing shall
include all costs for testing equipment, testing labor, mobilization, demobilization,
and reporting. Manholes failing testing shall be re-tested at Contractor's expense.
Repairs to failing manholes shall be made external to the manhole utilizing a
method approved by the Augusta Utilities Department. No additional payment shall
be made for these items.
ITEMS S-21A throueh S-21F. S-22A throueh S-22F. S-24 throueh S-25 -
Additional sanitary manhole depth line items shall be measured by vertical foot and
shall include costs for excavation, dewatering, and backfill as specified by type and
class. No additional payment shall be made for these items.
ITEMS S-26A throueh S-26F - Sanitary sewer exterior manhole joint wrapping
shall be measured individually and shall include the costs for wrapping material and
installation. No additional payment shall be made for these items.
ITEMS S-27A throueh S-27F - Sanitary sewer interior protective coating shall be
measured by the vertical foot of manhole and shall include the costs for coating
material and installation. No additional payment shall be made for these items.
ITEM S-28 - Outside drop piping shall be measured individually (each) and shall
include the costs for all items associated with the drop manhole detail, exclusive of
the manhole or manhole extensions. No additional payment shall be made for these
items.
ITEM S-29 - Dog house/connector manholes shall be measured individually (each)
and shall include the costs for excavation, dewatering, asphalt cutting, pipe cutting,
collars and boots, grouting and / or other connections, installation, and normal
backfill. The costs for the base section, first riser, cone section, and ring and cover
shall be included within this line item. Additional depth manhole sections shall be
included within the appropriate manhole line item. No additional payment shall be
made for these items.
ITEM S-30 - Sanitary sewer connections shall be measured individually (each) and
shall include costs for 6-inch PVC piping, precast concrete valve ring with rebar,
PVC twist-off plug, mainline tee, fitting, cleanout, excavation, dewatering,
asphalt/concrete cutting (including service markings), installation, normal backfill,
and property restoration. No additional payment shall be made for these items.
ITEM S-31' - Cut and plug sewers shall be measured individually (each) and shall
include costs for cutting of existing pipelines, plugging of existing pipelines,
excavation, dewatering, asphalt/concrete cutting, and normal backfill. No additional
payment shall be made for these items. ,
SANITARY SEWERAGE
02530
28
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ITEM S-32 - Cut and plug manholes shall be measured individually (each) and
shall include costs for cutting of existing manholes, plugging of existing manholes,
excavation, dewatering, asphalt/concrete cutting, and normal backfill. No additional
payment shall be made for these items.
ITEM S-33 - Sanitary sewer manhole tie-ins shall be measured individually (each)
and shall include costs for cutting/coring of existing manholes, collars, rubber boots,
any required gaskets, excavation, dewatering, soil stabilization, asphalt cutting, and
normal backfill. No additional payment shall be made for these items.
ITEM S-34 - AC water main crossings shall be measured individually (each) and
shall include costs for AC pipe cutting, excavation, ductile iron piping, sleeves,
backfill, and property restoration. No additional payment shall be made for these
items.
ITEM S-35 - Ductile iron pipe polyethylene pipe encasement shall be measured in
linear feet and shall include costs for pipe wrap materials and installation. No
additional payment shall be made for these items.
ITEM S-36 - Concrete pipe encasement shall be measured in cubic yards and shall
include costs for concrete, installation, excavation, dewatering, soil stabilization,
pipe stabilization, asphalt cutting, and normal backfill. No additional payment shall
be made for these items.'
PAVEMENT STRUCTURES
ITEM P-1 - Asphalt overlay shall be measured in square yards and shall include
costs for asphalt materials and installation, temporary striping and permanent
striping (replaced in kind), and markers (both temporary and permanent). No
additional payment shall be made for these items.
ITEM P-2 - Aggregate base (10 Y2" thick) and asphalt patch (2 Y2" thick) shall be
measured in square yards and shall include costs for all ~ggregates (regardless of
type), 2 Yz " graded aggregate base removal and disposal, bituminous tack coat,
asphalt, installation, excavation, striping (both temporary and permanent), and
markers (both temporary and permanent). The square yardage calculation shall be
based upon a standard width of seven (7) feet for payment purposes. No additional
payment shall be made for these items.
ITEM P-3 - Asphalt pavement leveling shall be measured in tons and shall include
costs for all asphalt (regardless oftype) used to create a level road surface prior to
asphalt overlay as authorized by the project representative. The payment shall be
based upon confirmed delivery tickets. No additional payment shall be made for
these items. '
ITEM P-4 - Milling shall be measured in square yards and shall include all
materials, labor, equipment, and material removal and disposal costs. No additional
payment shall be made for these items.
SANITARY SEWERAGE
02530
29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ITEMS P-5 throueh P-6 - Concrete sidewalk and driveways shall be measured in
square yards and shall include costs for 3000 psi concrete, installation, site
preparation, formwork, and finishing. Existing concrete shall be removed to the
nearest joint as directed by the project representative. Payment shall included all
removal and disposal costs. No additional payment shall be made for these items.
ITEM P-7 - Asphalt driveway replacement shall be measured in square yards and
shall include costs for asphalt, installation, and site preparation, including necessary
sub grade preparation, base removal, and base installation. Existing asphalt shall be
removed to the nearest joint as directed by the project representative. No additional
payment shall be made for these items.
ITEM P-8 - Curb and/or gutter placement shall be measured in linear feet and shall
include costs for concrete, installation, site preparation, formwork, and finishing.
Payment shall included all removal and disposal costs. No additional payment shall
be made for these items.
ITEM P-9 - Curb and gutter removal and replacement shall be measured in linear
feet and shall include costs for removal and disposal of existing concrete curb and
gutter, concrete, installation, site preparation, formwork, and finishing. Payment
shall included all removal and disposal costs. No additional payment shall be made
for these items.
MISCELLANEOUS
ITEM M-1 - Flowable fill shall be measured in cubic yards and shall include costs
for all materials, labor, equipment, and excess materials. No additional payment
shall be made for these items.
::<
ITEM M-2 - Rock excavation shall be measured in cubic yards and shall include
costs for blasting, labor, equipment, and material removal and disposal. No
additional payment shall be made for these items.
ITEM M-3 - Foundation backfill shall be measured in cubic yards and shall include
costs for the backfill and installation as well as all transportation and stockpiling
charges. Quantities shall be verified by trench volume calculation. No additional
payment shall be made for these items.
, ITEM M-4 - Clearing and grubbing shall be measured in acres and shall include
costs for vegetation removal, stockpiling, disposal and any required p'ermitting. No
additional payment shall be made for these items.
ITEM M-5 - Fence removal and replacement shall be measured in linear feet and
shall include all costs associated with removal and replacement of the existing fence
with new materials of like quality as necessary for sanitary sewer installation. No
additional payment shall be made for these items.
LUMP SUM CONSTRUCTION
SANITARY SEWERAGE
02530
30
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ITEM LS-1 - Lump sum construction includes, but is not limited to, the items
described in the bid schedule. No separate or additional payment shall be
made for these items
END OF SECTION 02530
SANITARY SEWERAGE
02530
31
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
APPENDIX
for
SANITARY SEWERAGE
For
Manhole Vacuum Testing
Per ASTM C1244
I
I
I
~
, INTERNATIONAL
Designation: C 1244 - 05aE1
,,/
// -
I
Standard Test Method for
Concrete Sewer Manholes by the Negative Air Pressure
(Vacuum) Test Prior to Backfill1 '
I
111is sTandard is issued under the thed designation C 1244; the number immediately foUowing the designation indicates the year of
original adoption or, in the case of revision, the year of last'revision, A number in parentheses indicates the ye~r of last reapprovaJ. A '
superscript epsilon (E) indicates an editorial change since the last revision or reapproval: ,
E' NOTE-Table I was retonnatted editD.riaUy in Febtuary 2006.
I
1. Scope
1.1 This test method covers procedures for testing precast
concrete manhole sections when using the vacuum test method
to demonstrate the integrity of the installed materials and the
construction procedures. This test method is used for testing
concrete manhole sections utilizing mortar, lllaStiC, or'gasketed
joints. '
1.2 This test method is int~nded to be used as a pri:diminalY
test to enable the installer to demonsu'ate the condition of the
cOl1;crete manholes pIior to backfill.
1.3 This standard does not purport to address all of the
safety problems, if any, associated with. its use. It is the
respol}-sibiliiy of the user of this standard to establish appro-
priqte safety and health practices and deter!nine the appiica-
biliiyofregulatory limitations prior to us~.
1.4 This test method is' the companion to metIic Test
Method ~;1244jvl; therefore. no SI equivalents are shown in
this test method,
I
I
I
I
I
NOTE I-Vacuum test criteria presented in this test method are similar
to those in general use. The test and criteria have been widelv and
successfully used in testing manholes. '
ND'lF. 2- The user of this test method is advised that no correlation has
been found between vacuum (air) and hydrostatic tests.
I
I
2. Refereuced Documents
2.1 ASTM Standards: 2
C 822 Terminology Relating to Concrete Pipe and Related
Products '
I
I
1 This test method is under the jurisdiction of ASTM Committee C13 on
Concrete Pipe and is the direct responsibility of Subcommittee C 13,06 on Manholes
and Specials.
CUlTent edition approved Oct. 1, 2005, Published November 2005, Odginally
approved in 1993, Last previous edition approved in 2005 as' C 1244 - 05,
, 0 For referenced ASTM standards. visit the ASTM website, www,astm,org, or
contact ASTM Customer Service at service@astm.()rg. .I'or Annual Book of AS7i\1
Standards v91wne information, refer to Ll}e standard's Document Swmmiry page on
the AS1'1\1 weosite. .
I
I
I
C 924 Practice for Testing Concrete Pipe Sewer Lines by
LOW-Pressure Air Test Method
C 969 Practice f()r Infiltration and Exfiltration Acceptance
Testing of Installed Precast Concrete Pipe Sewer Lines
C 1244.M Test Method for Concrete Sewer Manholes by the
Negative Air Pressure (Vacuum) Test Prior to Backiill
3. Tenpinology
3.1 For definitions of terms relating to' manholes, see
Terminology C 822.
4. Slmlll1ary of Practice
4.1 All lift holes and any pipes enteIing the manhole are to
be plugged. A vacuum will be drawn and the'vacuum drop over
a specified time period is used to detelTniije the acceptability of
the manhole.
5. Significance and Use
5.1 This is not a routine test. The values recorded are
applicable only to the manhole being tested and at the time of
testing.
6. Preparation of the Manhole
6.1 All lift holes shall be plugged,
6.2 All pipes entering the manhole shall be temporaIily
plugged, taking care to securely brace the pipes and plugs to
prevent them from being drawn into the manhole.
7. Procedure
7.1 The test head shall be placed at the top of the rnanhol~
in accordance with the manufacturer's recommendations,
7.2 A vacuum of 10 in. Hg shall be drawn on the manhole,
the valve on the vacuum line of the test head closed, and the
vacuum pump shut off. The time shall be meaSured for the
vacuum to drop to 9 in. Hg.
7.3 Tbe manhole is acceptable if the time for the vacuum
reading to drop from 10 in. Hg to 9 in, Hg meets or exceeds the
values indicated in Tank I or Tabie .
Ccpyrig,":.t.,;) ASTM -Ir;:e;T;2.licnal. i.CC Barr !-iarbo; ;)nve. ?C Sex C700, "";Vest Cc;;shchc.ckan. PA 19423.2959. United States.
Copyright ASTM International . ~ . .' .' .
ICOV;ded by IHS under Heense wUh ASTM t by ASTM Int'l (all nghts reserved); U",nsee:Augusta, GA/5960458024. Use""R~sh. James
o reproductIon or netw"or1<lOg pennitted WIthout license from IHS' " ~
my,~___..~.. ___,~..~_d per LIcense Agreement WIth Momque .Ny~f~~RZ~"!::. <;9~\~"'!.~1:~~!.~MJ:It); Mon Feb ~7 12:25:42 EST2006
I,
~ C 1244 - 05a€1
'<II
TABLE 1 Minimum Test Times for Various Manhole Diameters TABLE 1 Minimum Test Times for Various Manhole Diameters ,
(30 -120 in.) in Seconds (30 - 120 in.) in Seconds (continued)
Diameter, in, piameterl in.
Depth (It) ,Depth (It) / 102 114
30 33 36 42 48 54 60 66 72 78 84 90 96 108 120
Time, in seconds TIm.e, in seconqs
<4 6 7 7 9 10 12 13 15 16 <4 18 19 21 ?^ 24 25 27 29
-"
6 9 10 11 13 15 18 20 22 25 6 26 29 31 34 36 38 41 43
8 11 12 14 17 20 23 26 29 33 8 35 38 41 45 48 51 54 57
10 14 15 18 21 25 29 33 36 41 10 44 48 52 56 60 63 67 71
12 17 18 21 25 30 35 39 43 49 12 53 57 62 67 71 76 81 85
14 20 21 25 30 35 41 46 51 57 14 62 67 72_ 78 83 89 94 100
16 22 24 29 34 40 46 52 58 67 16 70, 76 83 89 95 '101 108. 114
18 25 27 32 38 45 52 59 65 73 18 79 86 93 100 107 114 121 128
20 28 30 35 42 50 53 65 72 81 20 88 95 103 111 119 126 135 142
22 31 33 39 46 55 64 72 79 89 22 97 105 114 122 131 139 148 156
24 33 36 42 51 59 . 64 78 87 97 24 106 114 124 133 143 152 161 170
26 36 39 46 55 64 75 85 94 105 26 114 124 134 144 155 164 175 185
28 39 42 49 59 69 81 91 101 113 28 123 133 145 155 '167 177 188 199
30 42 45 ' 53 63 74 87 98 108 121 30 132 143 155 166 178 189 202 213
I
I
1
I
I
I
7.4 If the manhole fails the initial test; tbe manhole shall be
repaired by an approved method until a satisfactory test is
obtained, .
7,5 Use or failure of this vacuum test shall not preclude
acceptance by appropriate water infiltration or' exfiltration
testing, (see Practice C 969), or other means,
8. Precision and Bias
8.1 No justifiable statement is presently capable of being
, ma!fe either on the precision or bias of this procedure, since the
j -'
test result merely states whether there is conformance to the
criteria for the success specified.
I
9. Keywords
9) acceptance criteria; concrete; manhole sections; test
method; vacuum test
I
I
APPENDLX
I
(Nomnalldatory Infonnation)
Xl. Air Testing for a Single DiameteT Pipe
I
X1.I The standard accepted method of air testing, for a
single dianleter pipe, Practice (' 924, allows a drop of 1 psi
pressure during the time calculated by the formula:
KD2L
Tp"...., = ~
Therefore, the time relationship is:
T""" = 0.490 Tp",..
(Xl.3)
I
(XU)
or
T, ..
1~G(.' = i~'O'4
(X1.4)
I
where:
T time for 1 psi drop in pressure
K 0.00037 for in./lb units
D pipe diameter, in,
L length of line, ft
'Q air loss, ft3!min
X1.3 The allowable test times cited in Practice C 924,
Table 2, for pipe sizes 4 in. to 24 in. diameter are provided in
Table XU and 'Hlble XU. The, allowable test times for sizes
above 24 in. ,were obtained by extrapolation, Therefore,usiI1:g
the approp.riate Q. we find tbat:
I
I
X.1.2 A pressure drop of 1 in. Hg for the vacuum test
compares to a pressure drop of 0.490 psi for the air test.
14.6961biin.2
1 in. Hg X 29.02 I Hg = 0.490 psi
(X1.2)
I
I
"
Copyright ASTM International . ~ I' .,'.
I P"'.,;ded by IHS under license with ASTM t by ASTM Int I (all nghts reserved); Ucensee=Augus1a, GA/59804S8024, User-Rush, James
No reproduction or netwo"",",9J';;~~_~~~;!'C~~:.l~~.'!;ed per License Agreement ~ith Monique'.~y~:"Z~a!:,. ,;":~~~~1:~~!,2,,M..?.lt); Mon Feb 27 12:25:42 EST 2006
I~
1
a C 1244 - 05aE1
''III
I
, ' D2
for 30 in. (Q = 7 ft '!min), T,,"C = 0.00018 Q L = 0.023 L
D2
for 78 in, (Q = 15 f2!min), T,ac = 0,00018 Q L = 0,073 L
. D2
for 36 in. (Q = 8 fe/min), Tm,; = 0.00018 Q L = 0,029 L
" ])2
for 84 in. (Q = 16 ff/min), TV"C = 0.00018 Q L,= 0.079 L
I
, . ])2
for 42 in, (Q = 9 ft'!min), T,ac = 0.00018 Q L = 0.035 L
D2 .'
for 90 in. (Q == lUtl/min), Tvac = 0.00018 Q L = 0.086 L
I.
])'.!.
for 48 in, (Q =,[0 f2/rnin), Tw,,-' = 0.00018 '12 L = 0.041 L
" ])2
for 96 in. (Q = 18 ff/min), Tvc", = 0.00018 Q L = 0.092 L
I
2'
D
tix 54 in. (Q = 11 ftl/rnin), Tvac =; 0.000 I 8 Q L = 0,048,L
D2
for 102 in. (Q = 19 ti'/min), T,,<<c = 0,00018 Q L = 0.099 L
I
/)2
for 60 in. (Q = 12 f2/min), TV"C = O.000181T L = 0.054 L
])2
for 108 in, (Q = 20 fe/min), Tv"" = O.OOOlS Q L = 0.105 L
I
'2
" ])
for 66 in, (Q = 13 ft'!min), Tpac = 0,00018 Q L = 0,060 L
D2
for 114 in. (Q = 21 fe/mill), l~'ac = 0.00018 Q L = 0.112 L
I
, ])2
for 72 in. (Q = 14 ftl/mill), Tv"" = 0.00Q18 Q L = 0.067 L
, ])2
for 120 in. (Q = 22 ft3/min), Tv." ,= 0,00018 Q L = 0.118 L
I
I
I
I
I
I
I
"
I
I
'1
Copyright ASTM Inlemalional .. . . .
IP<OVided by [HS under license wilhASTM t by AS1M Int'! (all nghts reserved); Ucensee=Augusta. GA/5960458024. User-Rush, James ,
No re~nJduction or networl<i."2~~~~_~~';<:;'!li".:~c.!~~.~ed per License Agreement with Monique '.NJ~f~':..Rt~al~ ':.9!~~IX;'U:~~!.~M2.lt); Mon Fe~ 27,~2:25:42 EST 2,006;
I'.'
,
I
o C 1244 - 05aE1
1
TABLE X1.1 Minimum Test Times for Various Pipe Diameters
(Practice C 924)
Nominal Pipe Size, in.
4
:nme (7), min 100 ft.
0.3
0.7
1,2
1,5
1.8
2.1
2.4
3.0
3.6
4,2
4,8
S.4
6.0
I
6
8
10
12
15
18
21
24
27
30
33
36
I
I
1
TABLE X1.2 Allowable Air Loss for Various Pipe Diameters
(Practice C 924)
Nominal Pipe Size, in. Air Loss (Q), ff'fmin
4 2
6 2
8 2
10 2,5
12 3
15 4
18 5
21 5,5
24 6
30 7
36 8
42 9
48 - 10
54 11
60 '12
66 13
72 14
I
I
I
I
I
ASTM Intematfonal takes no position respecting the validity of any patent rights asserted in connection with any item mentioned
in this standard. Users of this standard are expressly advised that determination of the validity of any such patent rights, and the risk
of infringement of such rights. are entirely their own responsibility,
I
This standard is subject to revision at any time by the responsible technical committee and must be reviewed every five years and
if not revised, eitfler reapproved or withdrawn. Your comments are invited either for revision of this standard or for additional standards
and should be addressed to ASTM International Headquarters. Your comments will receive carefui consideration at a meeting of the
responsible technical committee, Wllich you may attend. If you feel that your comments have not received a fair hearing you should
make your views known to the ASTM Committee on Standards, at the address shown belov/.
I
This standard is copyrighted by ASTM Intemational, 100 Barr Harbor Drive, PO Box C700, West Consh9hocken, PA 19428-2959,
United States, Individual reprints (single or multiple caples) of this standard may be obtained by contacting ASTM at the above
address or at 610-832-9585 (phone), 610-832-9555 (fax), or service@astm.org (e-mail); or through tile ASTM website
(wW'N.astm.org). '
I
I
I
I
, .
Copyright ASTM International .. . ~ . .
IProvided by IHS under license with ASTM t by ASTM Int'} (all nghts reserved); Ucensee=Augusta. GAlS960458024, User=Rush, James ..
No rep<Odu~on or networlO,"."J:~~~_~(t:'.;'~~~:..;~,;,.~d per License Agreement with Monique -.N1.f2~R~,,!':;. ~~~~~~1;~~!.2J.1.P.It); Man Feb 27 12:25:42 EST,2006.
I
I
I
1
I
I
I
I
I
1
I
I
1
I
1
I
1
1
I
SECTION 02920 - GRASSING
PART 1- GENERAL
1.1 SUMMARY
A. This Section includes the following:
1. Seeding.
1.2 DEFINITIONS
A. Finish Grade: Elevation of finished surface of planting soil.
1.3 DELIVERY, STORAGE, AND HANDLING
A. Seed: Deliver seed in original sealed, labeled, and undamaged containers.
1.4 SCHEDULING
A. Weather Limitations: Proceed' with planting only when existing and forecasted weather
conditions permit.
1.5 LAWN MAINTENANCE
A. Begin maintenance immediately after each area is planted and continue until acceptable
grassing is established, but for not less than the following periods:
1. Seeded Grassed Areas: 60 days from date of Substantial Completion.
a. When full maintenance period has not elapsed before end of planting season, or if
grassing is not fully established, continue maintenance during next planting
season.
B. Maintain and establish grassing by watering, fertilizing, weeding, mowing, trimming,
replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to
produce a uniformly smooth lawn.
1. In areas where mulch has been disturbed by wind or maintenance operations, add new
mulch. Anchor as required to prevent displacement.
GRASSING 02920 - 1
I
I
I
I
1
I
1
I
I
1
I
1
1
1
I
I
1
I
1
PART 2 - PRODUCTS
2.1
2.2
2.3
-.;, ;
2.4
SEED
A.
Grass Seed: Fresh, clean, dry, new-crop seed complying with AOSA's "Journal of Seed
Technology; Rules for Testing Seeds" for purity and germination tolerances.
B.
Seed Species: State-certified seed of grass species, as indicated on drawings.
TOPSOIL
A.
Topsoil Source: Reuse surface soil stockpiled on-site. Clean surface soil of roots, plants, sod,
stones, clay lumps,' and other extraneous materials harmful to plant growth.
FERTILIZER
A.
Commercial Fertilizer: Commercial-grade complete fertilizer of neutral character, consisting of
fast- and slow-release nitrogen, 50 percent derived from natural organic sources of urea
formaldehyde, phosphorous, and potassium in the following composition:
1.
Composition: 1 IbllOOO sq. ft. of actual nitrogen, 4 percent phosphorous; arid 2 percent
potassium, by weight.
MULCHES
A.
Straw Mulch: Provide air-dry, clean, mildew- and seed-free, salt hay or threshed straw of
wheat, rye, oats, or barley.
PART 3 - EXECUTION
3.1
3.2
GRASSING
EXAMINATION
A.
Examine areas to receive lawns and grass for compliance with requirements and other
conditions affecting performance. Proceed with installation only after unsatisfactory conditions
have been corrected. . .\
PREPARATION
A.
Provide erosion-control measures to prevent erosion or displacement of soils and discharge of
soil-bearing water runoff or airborne dust to adjacent properties.
02920 - 2
1
1
3.3
I
1
I
I
1
I
I
I
I
.3.4 ,;
':,< -<-,'
1
1
I
I
I
I
I
I
GRASSED AREA PREPARATION
A.
Limit grassed area lawn subgrade preparation to areas to be planted.
B.
Newly Graded Subgrades: Loosen subgrade to a minimum depth of 4 inches. Remove stones
larger than 3 inches] in any dimension and sticks, roots, rubbish, and other extraneous matter
and legally dispose of them off Owner's property.
1. Apply fertilizer directly to subgrade before loosening.
2. Thoroughly blend planting soil mix off-site before spreading or spread topsoil, apply soil
amendments and fertilizer on surface, and thoroughly blend planting soil mix.
C.
. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly
fine texture. Grade to within plus or minus 1 inch of finish elevation. Roll and rake, remove
ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted
in the immediate future.
D.
Moisten prepared grassed areas before planting if soil is dry. Water thoroughly and allow
surface to dry before planting. Do not create muddy soil.
E.
Restore areas if eroded or otherwise disturbed after finish grading and before planting.
SEEDING
A.
Sow seed with spreader or seeding machine. Do not broadcast or drop seed when wind velocity
exceeds 5, mph. Evenly distribute seed by sowing equal quantities in two directions' at nght
angles to each other.
1. Do not use wet seed or seed that is moldy or otherwise damaged.
B. Rake seed lightly into top 1/8 inch of topsoil, roll lightly, and water with fine spray.
C. Protect seeded areas by spreading straw mulch. Spread uniformly at a minimum rate of 2
tons/acre to form a continuous blanket 1-1/2 inches in loose depth over seeded areas. Spread by
hand, blower, or other suitable equipment.
1. Anchor straw mulch by crimping into topsoil with suitable mechanical equipment.
3.5 . HYDROSEEDING (OPTION)
A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipment
specifically designed for hydroseed application. Continue mixing until uniformly blended into
homogeneous slurry suitable for hydraulic application.
1. Mix slurry with nonasphaItic tackifier.
2. Apply slurry uniformly to all areas to be seeded in a one-step process. Apply mulch at a
minimum rate of l500-lb/acre dry weight but not less than the rate required to obtain
specified seed-sowing rate,
GRASSING 02920 - 3
I
II
3.6
SATISFACTORY GRASSING
I
1
A.
Satisfactory Seeded Grassing: At end of maintenance period, a healthy, uniform, close stand of
grass has been established, free of weeds and surface irregularities, with coverage exceeding 80
percent over any 10 sq. ft. (0.92 sq. m) and bare spots not exceeding 5 by 5 inches. '
B.
Reestablish grassing that does not comply with requirements and continue maintenance until
grassing is satisfactory.
GRASSING
02920 - 4
I
1
1
I'
1
I
1
1
1
I
I
I
I
I
I
3.7 CLEANUP AND PROTECTION
A. Remove erosion-control measures after grass establishment period.
END OF SECTION 02920
';--0 .' 1';:': ij
. I,',
- ...;..
I
1
I
I
I
I
I
1
I
1
1
1
I
1
I .
I
1
I
1